Standard PQQ - February 10th 2015 DRAFT

Invitation to Tender (ITT) For the Provision of Pay on Foot
Part C Tender Questionnaire and Method Statements
Pro-Contract reference: DN246534
Issue Date: 07/03/2017
Deadline for receipt of Tenders: 14/04/2017
Page 1 of 36
Tender Questionnaire
Evaluation
Full details of the ITT evaluation criteria are set out in Part A, but by way of summary:
Section
1
2
3
4
5
6
7
8
9
10
11
12
Category
Supplier information
Grounds for Mandatory Exclusion
Grounds for Discretionary Exclusion
Economic and Financial Standing
Technical and Professional Ability
Modern Slavery Act 2015
Insurance and Governance
Declaration of Direct or Indirect Interest
Certificate of Confidentiality
Certificate of Non-canvassing
Method Statements
Pricing
Weighting %
N/A
Pass/Fail
Pass/Fail
Risk Assessment
Risk Assessment
Pass/Fail
Pass/Fail
Pass/Fail
Pass/Fail
Pass/Fail
Various
Various
Where the information provided can be done so using the European Standard
Procurement Document the section has been marked accordingly with “ESPD is
acceptable”.
Page 2 of 36
1.0 Potential Supplier Information (ESPD is acceptable)
Question
number
Question
1.1(a)
Full name of the potential supplier submitting the
information
1.1(b) – (i)
Registered office address (if applicable)
1.1(b) – (ii)
Registered website address (if applicable)
1.1(c)
Trading status
a) public limited company
b) limited company
c) limited liability partnership
d) other partnership
e) sole trader
f) third sector
g) other (please specify your trading status)
1.1(d)
Date of registration in country of origin
1.1(e)
Company registration number (if applicable)
1.1(f)
Charity registration number (if applicable)
1.1(g)
Head office DUNS number (if applicable)
1.1(h)
Registered VAT number
1.1(i) - (i)
1.1(i) - (ii)
1.1(j) - (i)
Response
If applicable, is your organisation registered with Yes ☐
the appropriate professional or trade register(s) in No ☐
N/A ☐
the member state where it is established?
If you responded yes to 1.1(i) - (i), please provide
the relevant details, including the registration
number(s).
Is it a legal requirement in the state where you are Yes ☐
established for you to possess a particular No ☐
authorisation, or be a member of a particular
organisation in order to provide the services
specified in this procurement?
1.1(j) - (ii)
If you responded yes to 1.1(j) - (i), please provide
additional details of what is required and
confirmation that you have complied with this.
1.1(k)
Trading name(s) that will be used if successful in
this procurement
1.1(l)
Relevant classifications (state whether you fall
within one of these, and if so which one)
a) Voluntary Community Social Enterprise
(VCSE)
b) Sheltered Workshop
c) Public service mutual
Page 3 of 36
1.1(m)
1.1(n)
Are you a Small, Medium or Micro Enterprise Yes ☐
No ☐
(SME)1?
Details of Persons of Significant Control (PSC),
where appropriate: 2
- Name;
- Date of birth;
- Nationality;
- Country, state or part of the UK where the PSC
usually lives;
- Service address;
- The date he or she became a PSC in relation to
the company (for existing companies the 6 April
2016 should be used);
- Which conditions for being a PSC are met;
- Over 25% up to (and including) 50%,
- More than 50% and less than 75%,
- 75% or more. 3
(Please enter N/A if not applicable)
1.1(o)
Details of immediate parent company:
- Full name of the immediate parent company
- Registered office address (if applicable)
- Registration number (if applicable)
- Head office DUNS number (if applicable)
- Head office VAT number (if applicable)
(Please enter N/A if not applicable)
1.1(p)
Details of ultimate parent company:
- Full name of the ultimate parent company
- Registered office address (if applicable)
- Registration number (if applicable)
- Head office DUNS number (if applicable)
- Head office VAT number (if applicable)
(Please enter N/A if not applicable)
Please provide the following information about your approach to this procurement:
1
See EU definition of SME: http://ec.europa.eu/enterprise/policies/sme/facts-figures-analysis/smedefinition/
2 UK companies, Societates European (SEs) and limited liability partnerships (LLPs) will be required
to identify and record the people who own or control their company. Companies, SEs and LLPs will
need to keep a PSC register, and must file the PSC information with the central public register at
Companies House. See PSC guidance.
3 Central Government contracting authorities should use this information to have the PSC
information for the preferred supplier checked before award.
Page 4 of 36
Section 1
Bidding model
Question
number
Question
1.2(a) - (i)
Response
Are you bidding as the lead contact Yes ☐
No ☐
for a group of economic operators?
If yes, please provide details listed in
questions 1.2(a) (ii), (a) (iii) and to 1.2(b) (i),
(b) (ii), 1.3, Section 2 and 3.
If no, and you are a supporting bidder
please provide the name of your group at
1.2(a) (ii) for reference purposes, and
complete 1.3, Section 2 and 3.
1.2(a) - (ii)
1.2(a) - (iii)
1.2(b) - (i)
1.2(b) - (ii)
Name of group of economic
operators (if applicable)
Proposed legal structure if the group
of economic operators intends to
form a named single legal entity prior
to signing a contract, if awarded. If
you do not propose to form a single
legal entity, please explain the legal
structure.
Are you or, if applicable, the group of Yes ☐
economic operators proposing to use No ☐
sub-contractors?
If you responded yes to 1.2(b)-(i) please provide additional details for each subcontractor in the following table: we may ask them to complete this form as well.
Name
Registered
address
Trading status
Company
registration
number
Head Office
DUNS number
(if applicable)
Registered VAT
number
Type of
organisation
SME (Yes/No)
The role each
sub-contractor
will take in
providing the
works and /or
supplies e.g.
key deliverables
Page 5 of 36
The
approximate %
of contractual
obligations
assigned to
each subcontractor
Contact details and declaration
I declare that to the best of my knowledge the answers submitted and information
contained in this document are correct and accurate.
I declare that, upon request and without delay I will provide the certificates or
documentary evidence referred to in this document.
I understand that the information will be used in the selection process to assess
my organisation’s suitability to be invited to participate further in this procurement.
I understand that the authority may reject this submission in its entirety if there is a
failure to answer all the relevant questions fully, or if false/misleading information
or content is provided in any section.
I am aware of the consequences of serious misrepresentation.
Section 1
Contact details and declaration
Question
number
Question
1.3(a)
Contact name
1.3(b)
Name of organisation
1.3(c)
Role in organisation
1.3(d)
Phone number
1.3(e)
E-mail address
1.3(f)
Postal address
1.3(g)
Signature (electronic is
acceptable)
1.3(h)
Date
Response
Page 6 of 36
2.0 Mandatory Exclusion Grounds (ESPD is acceptable)
Please answer the following questions in full. Note that every organisation that is being relied
on to meet the selection must complete and submit the Part 1 and Part 2 self-declaration.
Question
number
Question
Response
2.1(a)
Regulations 57(1) and (2)
The detailed grounds for mandatory exclusion of an organisation are set out
on this web page, which should be referred to before completing these
questions.
Please indicate if, within the past five years you, your organisation or any
other person who has powers of representation, decision or control in the
organisation been convicted anywhere in the world of any of the offences
within the summary below and listed on the webpage.
Participation in a criminal organisation.
Yes ☐
No ☐
If Yes please provide details at
2.1(b)
Yes ☐
No ☐
If Yes please provide details at
2.1(b)
Corruption.
Yes ☐
No ☐
If Yes please provide details at
2.1(b)
Fraud.
Terrorist offences or offences linked to Yes ☐
No ☐
terrorist activities
If Yes please provide details at
2.1(b)
Money laundering or terrorist financing
Child labour and other
trafficking in human beings
forms
Yes ☐
No ☐
If Yes please provide details at
2.1(b)
of Yes ☐
No ☐
If Yes please provide details at
2.1(b)
Page 7 of 36
2.1(b)
If you have answered yes to question
2.1(a), please provide further details.
Date of conviction, specify which of the
grounds listed the conviction was for,
and the reasons for conviction,
Identity of who has been convicted
If the relevant documentation is
available electronically please provide
the web address, issuing authority,
precise reference of the documents.
2.2
If you have answered Yes to any of the
points above have measures been
taken to demonstrate the reliability of
the organisation despite the existence
of a relevant ground for exclusion ?
(Self Cleaning)
2.3(a)
Regulation 57(3)
Has it been established, for your
organisation by a judicial or
administrative decision having final and
binding effect in accordance with the
legal provisions of any part of the
United Kingdom or the legal provisions
of the country in which the organisation
is established (if outside the UK), that
the organisation is in breach of
obligations related to the payment of
tax or social security contributions?
Yes ☐
No ☐
Yes ☐
No ☐
2.3(b)
If you have answered yes to question
2.3(a), please provide further details.
Please also confirm you have paid, or
have
entered
into
a
binding
arrangement with a view to paying, the
outstanding sum including where
applicable any accrued interest and/or
fines.
Please Note: The authority reserves the right to use its discretion to exclude a potential
supplier where it can demonstrate by any appropriate means that the potential supplier is in
breach of its obligations relating to the non-payment of taxes or social security
contributions.
Page 8 of 36
3.0 Discretionary Exclusion Grounds (ESPD is acceptable)
Question
3.1
Response
Regulation 57 (8)
The detailed grounds for discretionary exclusion of an organisation are set out on
this web page, which should be referred to before completing these questions.
3.1(a)
3.1 (b)
3.1 (c)
3.1(d)
3.1(e)
3.1(f)
3.1(g)
3.1(h)
3.1(i)
Please indicate if, within the past three years, anywhere in the world any of the
following situations have applied to you, your organisation or any other person
who has powers of representation, decision or control in the organisation.
Breach of environmental obligations?
Yes ☐
No ☐
If yes please provide details at 3.2
Breach of social obligations?
Yes ☐
No ☐
If yes please provide details at 3.2
Breach of labour law obligations?
Yes ☐
No ☐
If yes please provide details at 3.2
Bankrupt or is the subject of insolvency or Yes ☐
winding-up
proceedings,
where
the No ☐
organisation’s assets are being administered
If yes please provide details at 3.2
by a liquidator or by the court, where it is in
an arrangement with creditors, where its
business activities are suspended or it is in
any analogous situation arising from a
similar procedure under the laws and
regulations of any State?
Yes ☐
Guilty of grave professional misconduct?
No ☐
If yes please provide details at 3.2
Entered into agreements with other Yes ☐
economic operators aimed at distorting No ☐
competition?
If yes please provide details at 3.2
Aware of any conflict of interest within the Yes ☐
meaning of regulation 24 due to the No ☐
participation in the procurement procedure?
If yes please provide details at 3.2
Been involved in the preparation of the Yes ☐
No ☐
procurement procedure?
If yes please provide details at 3.2
Shown significant or persistent deficiencies Yes ☐
in the performance of a substantive No ☐
requirement under a prior public contract, a
If yes please provide details at 3.2
prior contract with a contracting entity, or a
Page 9 of 36
3.1(j)
3.1(j) - (i)
3.1(j) - (ii)
3.1(j) –(iii)
3.1(j)-(iv)
3.2
prior concession contract, which led to early
termination of that prior contract, damages
or other comparable sanctions?
Please answer the following statements
Yes ☐
The organisation is guilty of serious
misrepresentation
in
supplying
the No ☐
information required for the verification of If Yes please provide details at
the absence of grounds for exclusion or the 3.2
fulfilment of the selection criteria.
such Yes ☐
No ☐
If Yes please provide details at
3.2
The organisation is not able to submit
supporting documents required under
Yes ☐
regulation 59 of the Public Contracts
No ☐
Regulations 2015.
If Yes please provide details at
The organisation has influenced the 3.2
decision-making process of the contracting
authority to obtain confidential information
that may confer upon the organisation Yes ☐
undue advantages in the procurement No ☐
procedure, or to negligently provided If Yes please provide details at
misleading information that may have a 3.2
material influence on decisions concerning
exclusion, selection or award.
The organisation
information.
has
withheld
If you have answered Yes to any of the
above, explain what measures been taken
to demonstrate the reliability of the
organisation despite the existence of a
relevant ground for exclusion? (Self
Cleaning)
Page 10 of 36
4.0 Economic and Financial Standing
4.1
Please provide one of the following to demonstrate your economic/financial
standing:
Please indicate your answer with an ‘X’ in the relevant box.
(a) A copy of the audited accounts for the most recent two years
(b) A statement of the turnover, profit & loss account, current liabilities
and assets, and cash flow for the most recent year of trading for this
organisation – only to be provided only if (a) is unavailable.
4.2
☐Yes
The Council has set a minimum annual turnover threshold of £800,000.00.
Where a Supplier is bidding as a consortium, this threshold shall apply in the
aggregate to the consortium members as a whole provided that the lead
Applicant meets an annual turnover threshold of £500,000.00
☐ No
Please self-certify by answering ‘Yes’ or ‘No’ to whether you meet this
minimum annual turnover requirement.
4.3
(a) Are you are part of a wider group (e.g. a subsidiary of a
holding/parent company)?
☐ Yes
☐ No
If yes, please provide the name below:
Name of the organisation
Relationship
to
completing the ITT
the
Supplier
If yes, please provide ultimate holding / parent company accounts if available.
Page 11 of 36
5.0 Technical and Professional Ability
5.1
Relevant experience and contract examples
Score
Please provide details of up to three case studies, in any combination
from either the public or private sector, which are relevant to the
Authority’s requirement. Contracts for Goods, Services or Works should
have been performed during the past three years. VCSE groups may
include samples of grant funded work.
0-5
The named customer contact provided should be prepared to provide
written evidence to the Authority to confirm the accuracy of the
information provided below.
Consortia bids should provide relevant examples of where the
consortium has delivered similar requirements; if this is not possible (e.g.
the consortium is newly formed or a Special Purpose Vehicle will be
created for this contract) then three separate examples should be
provided between the principal member(s) of the proposed consortium
or Special Purpose Vehicle (three examples are not required from each
member).
Where the Supplier is a Special Purpose Vehicle, or a managing agent
not intending to be the main provider of the Goods, Services or Works,
the information requested should be provided in respect of the principal
intended provider(s) or sub-contractor(s) who will deliver the Goods,
Services or Works.
Name of customer
organisation
Point of contact in
customer organisation
Case
Study 1
Position in the
organisation
E-mail address
Contract start date
Contract completion date
Estimated Contract
Value
Page 12 of 36
In no more than 500
words, please provide a
brief description of the
contract delivered
including evidence as to
your technical capability
in this market (this may
be supplied as an
appendix to your
response).
Name of customer
organisation
Point of contact in
customer organisation
Case
Study 2
Position in the
organisation
E-mail address
Contract start date
Contract completion date
Estimated Contract
Value
In no more than 500
words, please provide a
brief description of the
contract delivered
including evidence as to
your technical capability
in this market (this may
be supplied as an
appendix to your
response).
Name of customer
organisation
Point of contact in
customer organisation
Position in the
Page 13 of 36
organisation
Case
Study 3
E-mail address
Contract start date
Contract completion date
Estimated Contract
Value
In no more than 500
words, please provide a
brief description of the
contract delivered
including evidence as to
your technical capability
in this market (this may
be supplied as an
appendix to your
response).
5.2 If you cannot provide at least one example for the above, in no more than 500 words,
please provide an explanation for this e.g. your organisation is a new start-up.
5.3 Where you intend to sub-contract a proportion of the contract, please demonstrate how you
have previously maintained healthy supply chains with your sub-contractor(s)
Evidence should include, but is not limited to, details of your supply chain management tracking
systems to ensure performance of the contract and including prompt payment or membership of
the UK Prompt Payment Code (or equivalent schemes in other countries), as well as your
approach to managing and selecting key subcontractors
Please detail which aspects of system, design, manufacture, installation commissioning and
maintenance work will be carried out by sub-contractors on this contract.
Page 14 of 36
6.0 Modern Slavery Act 2015
Section 6
6.1
6.2
Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015
(applies only to companies with an annual turnover of £36m or more.
Are you a relevant commercial organisation as
defined by section 54 ("Transparency in supply
chains etc.") of the Modern Slavery Act 2015 ("the
Act")?
Yes ☐
N/A ☐
If you have answered yes to question 1 are you
compliant with the annual reporting requirements
contained within Section 54 of the Act 2015?
Yes ☐
Please provide the relevant
url
No ☐
Please provide an
explanation
Page 15 of 36
7.0 Insurance and Governance
Suppliers who self-certify that they meet the requirements for this section will be required to
provide evidence of this if they are successful at contract award stage. Please indicate your
answer by marking ‘X’ in the relevant boxes.
7.1 Insurance
(a)
☐ Yes
Please self-certify whether you already have, or can commit to obtain,
prior to the commencement of the contract, the minimum levels of
insurance cover indicated below:
☐ No
Employer’s (Compulsory) Liability Insurance = with a limit of indemnity of
not less than £10,000,000 in relation to any one claim, act or occurrence
or series of claims, act or occurrences
Public Liability Insurance = with a limit of indemnity of not less than
£5,000,000.00 in relation to any one claim, act or occurrence or series of
claims, acts or occurrences;
Professional Indemnity Insurance = with a limit of indemnity of not less
than £2,000,000.00 in relation to any one claim, act or occurrence or
series of claims, acts or occurrences.
7.2 e-Mail Security
(a)
SCC currently uses the EGRESS secure e-mail system and Suppliers
must confirm that they will agree to implement and use EGRESS (or a
similar compatible system) for protection of personal/sensitive e-mail and
data.
☐ Yes
☐ No
Page 16 of 36
8.0 Declaration of Direct or Indirect Interest
Please mark (x) either of the boxes below and certify your response accordingly
I/We hereby certify that to the best of my/our knowledge and belief, no
person or persons who is a Councillor, Officer, Servant or Agent of SCC
has any direct or indirect interest in or connection with the Supplier.
It is believed that there is a person or persons who is/are a Councillor(s),
Officer(s), Servant(s) or Agent(s) of SCC that has/have a direct or indirect
interest in or connection with the Supplier. Please state the person(s)
below and the nature of the connection.
Signatory Name
Role in organisation
Organisation Name
Signature
Date
To be completed and returned with Tender submission. Tenders will be
disqualified if they are not submitted with this completed Schedule.
Page 17 of 36
9.0 Certificate of Confidentiality
I
of
(add in name
of organisation) hereby agree with SCC on behalf of the organisation that I/we shall
not at any time divulge or allow to be divulged to any person any confidential
information, relating to information passed to me/us regarding this project.
We accept that this Invitation to Tender is supplied to us on condition that it is used
in connection with the preparation of Tenders and for no other purpose.
We acknowledge that the information contained in the Invitation to Tender is
confidential and we will not without SCC prior written consent copy, reproduce,
distribute or pass to any other party, other than as strictly required by our
organisation in order to obtain appropriate professional advice or for the preparation
of our Tender. Where information is disclosed in such circumstances then we shall
only disclose it where an undertaking in the same terms, as this Certificate
regarding confidentiality is first obtained in writing from the receiving party.
Signatory Name
Role in organisation
Organisation Name
Signature
Date
To be completed and returned with Tender submission. Tenders will be
disqualified if they are not submitted with this completed Schedule.
Page 18 of 36
10.0 Certificate of Non-Canvassing
I/We hereby certify that I/We have not and will not canvass or solicit any Member,
Officer or Employee of SCC in connection with the preparation, submission and
evaluation of this Tender or award or proposed award of the Contract and that to
the best of my knowledge and belief, no person employed by me/us or acting on
my/our behalf has done or will do such an act.
Signatory Name
Role in organisation
Organisation Name
Signature
Date
To be completed and returned with Tender submission. Tenders will be
disqualified if they are not submitted with this completed Schedule.
Page 19 of 36
11.0 Method Statements
The total word count for answers is as set out below against each question. Words
provided as part of charts, diagrams and any form of picture will be counted towards
the total word count. Any answers will be cropped from the point at which the word
count has been exceeded.
No.
Question
Word
Count
11.1.1
Question;
Please detail the approach to management of the contract
and the key personal involved in the initial project of
design, install and supply as well as the ongoing
maintenance
500
To include:


Where the Contract will be administered from
Names and CV’s of Project Manager and other key
staff that will undertake the work.
Good answers will:



Propose a robust and resilient approach to management
of the contract
Put forward staff who have relevant capability in the
delivery of the service
Explain the ways in which the proposed staff shall
contribute towards the achievement of the Council’s
requirements as outlined in the Specification
Response:
Page 20 of 36
11.1.2
Question;
TDBC & SCC require that all works to design, procure and
install the entire PoF system for this commission, are
completed by November 2017.
500
Provide an outline project plan (typically in Gantt chart
form) with milestones covering the period from contract
award to scheme completion that align with these
timescales.



The definition of the key milestones should be clear and
explained.
The critical path should be identifiable
Any contingency periods, key dependencies (internal or
external) should be explained.
Good answers will assure the client that the system can be
delivered within the defined timescales and address the key
points above.
Response:
11.1.3
Question;
500
Provide details of how your system will ensure it is able
to successfully integrate into a Cloud Amber UTMC
system.
Good answers will either describe the Adaptor that would be
employed and its performance and/or, describe any additional
equipment and/or software required to control the UTMC.
Page 21 of 36
Response:
11.1.4
Question; Please describe any relevant design features
and / or components that facilitate an economical early or
end of life replacement.
Good answers will identify where no significant works are
required; where standardised, modular and off-the-shelf items
can be swapped out; and, where the aesthetics and function of
the existing equipment are maintained as far as is reasonably
practicable.
500
Response:
11.1.5
Question;
Please detail how you will assure the quality of your
proposed solution including:




Your company’s policy on Quality Assurance?
What quality control and quality assurance systems are
in place in your company?
Whether your proposed management office and service
depot for this Contract is certified to ISO 9001 or
equivalent
What software quality assurance standards, are in place
500
Good answers will address all of the key components of the
question and provide the Council with sufficient confidence in
the quality of the proposed solution,
Page 22 of 36
Response:
11.1.6
Question;
Please provide details on your company’s policy on Health
and Safety
Also detail how your company proposes to ensure that all
staff to be employed on this contract will comply with your
company’s Health & Safety Policy?
500
Good answers will address the key components of the question
and provide the Council with sufficient assurance that the
contract will be managed in accordance with your health and
safety policy and any relevant legislation.
Response:
11.1.7
Question;
Confirm that your nominated Project Manager has
experience/required skill set and knowledge of
undertaking the role of "Principal Contractor" within the
meaning of the CDM Regulations. If another person will
perform this role, then provide their name and CV.
500
Good answers will provide the Council with sufficient
assurance that the contract will be managed in accordance
with the relevant legislation and explain the ways in which the
proposed staff shall contribute towards the achievement of the
Council’s requirements as outlined in the Specification
Page 23 of 36
Response:
11.1.8
Question;
What technical support services do you offer to the
Customer with respect to the operation and maintenance
of the parking system?
500
Good answers will detail a range of potential services and
clearly identify any potential benefit to the authority of these
services.
Response:
11.1.9
Question;
Provide a system architecture schematic diagram,
showing equipment deployment and communications
links to the Somerset County Council UTMC system.
500
Good responses will include a robust and clear design with
clearly marked linkages in all required areas.
Response:
11.1.10
Question;
In order to achieve an equipment availability figure of >
99.45%, excluding 3rd party communication networks and
damage due to vandalism, vehicle impact and freak event;
describe your system and equipment service and
1000
Page 24 of 36
maintenance regime, including appropriate Service Levels to
cover
 Preventative and reactive maintenance requirements
 Remote fault diagnosis / repair
 Details of how you propose that fault reporting and
clearance would operate.
Good answers will be able to demonstrate a clear and well
thought through approach to ensuring system resiliency.
Response:
11.1.11
Question;
Describe features of the equipment and / or design offered to
mitigate:
•
•
•
•
•
•
Vibration, wind pressure and corrosion
Vehicle impact
Vandalism and graffiti
Unauthorised access to cash
Injury to persons or vehicles by rising/falling
barrier arm
Vehicle damage to barrier arm
500
Good answers will be able to demonstrate that your solution
contains sufficient features that the Council is convinced that your
proposed solution meets all of its requirements as outlined within
this ITT.
Response:
11.1.12
Describe expected life of replacement media (e.g. ticket
stock and ink), including expected frequency and time onsite
500
Page 25 of 36
to install.
Good answers will demonstrate that replacement media is offthe shelf, with a long life (beyond 2 years). And will describe how
minimum disruption is ensured, when replacement is required.
Response:
11.1.13
Question;
Please define the arrangements and timeframe for
operational status to be displayed on VMS and the
arrangements and timeframe for fault notification.
500
Good answers will demonstrate that the counting system can
provide timely count data and carpark status to the UTMC, and
that your system has appropriate fault notification.
Response:
11.1.14
Question;
What is the power supply requirements for each item of
equipment proposed?
Identify any innovative power saving features of the
equipment that minimise power consumption.
500
Good answers will demonstrate how the system design considers
power consumption and demonstrate innovative ways to reduce
and minimise power consumption.
Page 26 of 36
Response:
11.1.15
Question;
Please define:

typical availability figures for each PoF system to
include 3rd party communication networks;
MTBF and MTTR rates
Fail safe modes


500
Good answers will demonstrate that your PoF system and its
constituent components (including 3rd party comms) have been
designed, manufactured, installed and maintained, to achieve
high levels of safety and operational availability.
Response:
11.1.16
Question;
Please specify:



how your proposed maintenance contract will be
administered
how you will respond to a loss of service including
a loss of service due to vandalism, vehicle impact
or freak event
how planned maintenance is communicated to
defined stakeholders
500
Good answers will define a clear approach to maintenance
including service level agreements with options for response
times, first time fix rates, telephone support and on-site spares
Page 27 of 36
holdings. A good answer will provide evidence that the defined
availability target can be met for the entire system.
Response:
11.1.17
Question;
Please define Disaster Recovery Plan procedures that shall
be undertaken in planning, mitigating and providing for any
of the events described in the specification.
Good answers will set how continuity of service will be achieved,
how safety will be maintained, and how normal service will be
resumed within 72 hours.
1000
Response:
11.1.18
Question;
What user interface functions and tools will be provided to
fulfil the specification requirements as a minimum?
Detail any included facilities, function or software tools that
extend the useful functionality over and above the
specification requirements.
500
Good answers will not only meet the requirements but will offer
some good additional features with clear benefits to the local
authority.
Page 28 of 36
Response:
11.1.19
Question;
How will car park in/out counter errors be minimised and
corrected to avoid car park spaces errors from being
displayed?
500
Good answers will provide evidence that you have thoroughly
considered all of the relevant factors.
Response:
11.1.20
Question;
What is your regime and approach for issuing
software/firmware updates?
Good answers will demonstrate a clear approach with a regime
that minimises the impact upon the client. Answers will provide
proposals that outline how your back office systems and software
are well maintained and supported with timely notifications and
high levels of system security
500
Response:
11.1.21
Question;
Describe technology and operations options available with
your system and equipment against the following areas:
500
Page 29 of 36






Option facilities for Blue Badge holders
Potential use of ANPR for access control and
counting
Pay-by-Phone
Smart payment using NFC
Solar power
Potential upgrade from GPRS to WiFi
Good answers will have options for the full range of areas
detailed and, where applicable will include requirements for
integration.
Response:
11.2.22
Question;
Please provide a copy of your indicative design your answer shall
 Detail clearly any assumptions that you have made and
risks you have identified
 Detail an approach to how you will provide a detailed
design including all associated surveys
 Provide a granular breakdown of civils and installation
activities with costs against them that equal those provided
as part of the price submission sheet in Schedule 12
500
Good answers will be able to demonstrate full compliance with
the specification and will not highlight any assumptions and risks
that have already been addressed in the specification
Response:
Page 30 of 36
12.0 - Pricing
Name of Applicant [Please enter your organisation name here]
Tenders will be evaluated on the basis of the most economically advantageous
tender bid (“MEAT”) by way of price and quality (as referred to previously in Part A
section 4)
This will be based on an evaluation of price at 65% and technical/ quality of 35%.
The Price submission element of your tender bid will be evaluated using the scoring
system detailed below. Please read this carefully and complete as instructed.
Suppliers are required to provide prices against three specific parts:



Part 1: Supply and installation costs
Part 2: Future site costs
Part 3: Maintenance of initial supplied equipment
Prices must be provided against all elements within the attached spreadsheet for all
cells with a blue box
You are required to submit your pricing bids by completing the attached table and
shall be inclusive of all requirements included within the ITT Part B specification and
the supplier’s quality submission: :
Pay on Foot - Pricing
Sheet.xlsx
Part 1: Supply and installation costs
The purpose of Part 1 is to capture the full costs for 7 car parks made up of three
elements:
A. Design,
B. Equipment,
Page 31 of 36
C. Civil and installation works
A. Design
The design will be carried out upon award of the contract and will build upon the
indicative design at tender stage. The design cost will include all parts detailed within
the specification that are required for the design including surveys. Design costs will
be provided for each site.
As indicated elsewhere based upon the design and the costs for implementation the
Authority may not proceed beyond design with either all or some of the car parks.
B. A bill of quantities for each car park has been provided at tender stage.
Tenderers are required to provide a cost for each item of equipment. This will be
multiplied against the expected quantities of required equipment for each site giving
a total for each site. These unit costs will form the basis of any final costs at final
design.
C. Civil and installation works
Based upon the supplier’s indicative design and the expected quantities of
equipment the supplier will provide costs for associated civil and installation works.
Costs should cover all aspects of the specification including items such as training
and testing. These costs will form the basis of any final costs at final design.
A fully supporting breakdown of costs will be required that will give full visibility and
details to how the totals have been derived. This breakdown will be assessed as
part of the quality evaluation (details contained therein).
A total cost for each car park will be generated from adding the three elements (a, b
and c) together. And then a total cost for Part 1 will be generated for all relevant car
parks.
These car parks will form the basis of an initial project of upgrading existing car
parks to a pay on foot system.
The payment for this part will be in accordance with the following milestones and will
be done on a site by site basis:
Page 32 of 36
Milestone
Payment
Milestone 1: Surveys and full detailed
design
The full cost of survey and design as
tendered
Milestone 2: Award of contract for
implementation and supply
15% of total cost of Supply and
Installation of sites minus cost of
milestone 1
Milestone 3: Equipment ordered
30% of total cost of Supply and
Installation of sites minus cost of
milestone 1
Milestone 4: Factory Acceptance test
5% of total cost of Supply and Installation
of sites minus cost of milestone 1
Milestone 5: Site acceptance test
(proven testing that the installed system
works at site)
45% of total cost of Supply and
Installation of sites minus cost of
milestone 1
Milestone 6: Site acceptance test + 30
days (30 days of fault free operation &
full provision of documentation)
5% of total cost of Supply and Installation
of sites minus cost of milestone 1
Part 2: Future site costs
During the term of the framework TDBC may require the ability to call off additional
equipment or services and potentially other car parks. To enable this future costs are
being captured as part of this tender exercise.
A set of equipment with potential quantities (put forward for tender purposes only)
has been captured. Suppliers will be required to put in unit costs for each item. This
unit cost will include both the supply and installation costs for each item.
These unit costs are to be held over the life of the contract subject to inflation and
TDBC will be able to call off the installation of the equipment at any point during the
term of the contract.
In addition suppliers are required to put forward a blended hourly rate for additional
engineering support. This rate will apply regardless of the level or grade of support
put forward by the supplier. An estimated Qty. of time has been put down for
evaluation purposes only.
Page 33 of 36
Also suppliers will be required to put forward a percentage that they will look to apply
against acquisition costs for the maintenance of new equipment over and above that
of Part 1 costs. This percentage figure will be a percentage of the acquisition cost
only of the equipment detailed in part 2a.
Upon the installation of any future equipment this % figure will be used as the only
basis to work out the ongoing cost of any supplied equipment. Unless equipment
different to part 2a is supplied.
The totals from parts 2a, 2b and 2c will be added to give the total for part 2.
Part 3: Maintenance of initial supplied equipment
An annual maintenance cost for the equipment is to be provided under part 3. This
annual figure is for the equipment to be provided as part of Part 1 only. A figure for
each car park is to be provided. The total for each car park over 15 years is to be
calculated and then the total cost across all car parks will be totalled.
TDBC upon entering the contract will only take up the first four years of maintenance
i.e. years 1 to 4 and will have options to extend as set out in the contract.
The first year’s maintenance figure should be the price of the warranty required
under the specification.
Total for the prices of Parts 1, 2 and 3
The totals for the prices of parts 1, 2 and 3 will be added together to give a total
tendered price. This will be evaluated as follows:
The lowest tendered price will be allocated a maximum score of 100%.
Other tendered prices which are more expensive will be scored using the following
equation:
% Score =
Lowest price tender x 0.65
High price tendered
Example:Lowest tendered price £20,000 scores 100%
Second lowest tendered price £22,000 = 59%
Page 34 of 36
(£20,000 ÷ £22,000 x 65% = 59%)
Third lowest tendered price £26,500 = 49%
(£20,000 ÷ £26,500 x 65% = 49%)
This will result in prices being ranked from lowest to highest with percentages being
based on the percentage differences between the respective bids.
Page 35 of 36
ITT– Template for Appendices
Appendix Number ITT section Question number -
Page 36 of 36