loading
  • GB-B1 1RN Birmingham
  • 14.11.2014
  • Ausschreibung
  • (ID 2-182518)

Programme Delivery Partner Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 21.11.2014, 12:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 14.11.2014, 12:00
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 5
    Gebäudetyp Verkehr
    Art der Leistung allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    The Highways sector within England is undergoing one of the most significant periods of change in its history. The Highways Agency is currently waiting for legislation to go through Parliament to change status from a Government Agency to a Government owned company. In parallel with this, and in recognition of the crucial role the highways infrastructure plays in the economic well-being of the nation, a threefold increase in investment in UK highway investment was announced in 2013. However these changes are accompanied by the demand to significantly reduce the cost and delivery time-scales of highways project and in order to address these challenges the Highways Agency are making radical changes in the way it goes about defining, planning and delivering its highways investments.
    As part of this change programme, and in order to manage this step change in investment efficiently, the Highways agency wishes to transition from a project management to a programme management delivery model. The Highways Agency need to enhance its capacity to manage this increase in workload and additionally need to enhance their capability in several aspects of programme management. Hence there is a need to bring in expertise from outside of the organisation in the near to medium term to support us to make this transition and manage the rapid uplift in workload.
    The Highways Agency seeks to procure an experienced programme management organisation or consortium (the Programme Delivery Partner) to provide experienced personnel to support this transition over a period of up to 4 years.
    The immediate requirement will be for the Programme Delivery Partner to second individuals into three existing programmes of work (valued at circa 7 000 000 000 GBP) to fulfil specific roles where skills shortfalls have been identified.
    In the longer term, and as an integral part of this role, the Programme Delivery Partner will also be required to transfer knowledge to the Highways Agency staff through on the job training, mentoring and formal training. The objective will be that the Programme Delivery Partner will exit at the end of circa 4 years leaving the Highways Agency as a mature programme management organisation.
    The Programme Delivery Partner will also be required to provide support to other programmes of work which may be developed by the Highways Agency over the period of their engagement.
    The Highways Agency are seeking a highly collaborative relationship with the successful supplier and its wider supply chain and it is envisaged that a ‘seamless team’ approach will be adopted with the Programme Delivery Partner staff embedded as an integral part of the programme teams.
    Since the current programmes are still developing their delivery strategies it is not possible to precisely define the exact requirements and number of positions to be filled but circa 50 Programme Delivery Partner staff are currently envisaged.
    Expressions of Interest are invited from suitably experienced and qualified organisations or consortia.
    Required Capabilities and Services.
    The Programme Delivery Partner is required to deliver services in the following key areas:
    1. Resource secondment to programme delivery teams. Secondees will also be required to undertake mentoring, tutoring and on the job development and implementation of systems and processes.
    2. Specific personal development and training courses on key competencies.
    3. Support to implement culture and organisational change.
    The intention will be to procure these services via task orders as required.
    Areas of Service: A description of each Service Area is given below:
    Area 1 — Resource Secondment, mentoring and on the job training.
    The Highways Agency are seeking a highly collaborative relationship with the Programme Delivery Partner and individuals will be deployed within Programme Delivery Teams on a seamless team basis.
    The Programme Delivery Partner will deploy staff into the Highways Agency programmes to supplement identified shortfalls in competence as part of an integrated team. These individuals will be will be instrumental in developing programme strategy, programme definition, work packaging and such other matters. As part of the role they will mentor and coach the Highways Agency staff working with them.
    It is also likely that other members of the overall programme team will be drawn from other frameworks in particular the Collaborative Delivery Framework and the Programme Delivery Partner team members will also be responsible for integrating these individuals into the team and providing management direction. For example the Programme team will be responsible for developing and defining the scope for the programme including option studies and such matters. The technical aspects of this work will be undertaken by the engineering consultancy partners within the Collaborative Delivery Framework but management and direction of the process will be led by the programme delivery team.
    The exact deployment of Programme Delivery Partner staff will be determined on a programme by programme basis to suit specific skills shortfalls. The organisation structure of individual Highways Agency programmes will vary in detail to suit the specific attributes of that programme and certain programmes may require competences to a greater or lesser degree. However the generic competences required should not vary significantly between programmes and, for the purposes of this procurement, and are typically likely to include the following:
    — Programme Direction — Leadership, Direction, Strategy Governance and Control;
    — Programme Controls — Planning, Reporting, Change Control, Risk Management and Document Management;
    — HSQE — Health and Safety, Sustainability, Environmental Control, Quality Control, Audit, Compliance Programme;
    — Programme Delivery — Logistics, Co-ordination, Supply Chain Management, Buildability, Value Engineering;
    — Definition and Development — Scope definition, Option Studies, Requirements Management, Benefits Management Assurance;
    — Financial Management — Finance, procurement, estimating, cost management accounting;
    — Stakeholder Management — Approvals, Consultation and Communication, Legal Powers , Acquisition;
    — Operations — End User requirements, Asset Management Strategy, Road Technology, Cost in Use.
    Area 2 — Development and implementation of common systems and processes.
    It is envisaged that a small specialist team will be deployed by the Programme Delivery Partner to work alongside Highways Agency colleagues to develop common processes and systems appropriate for managing programmes of the scale envisaged. It is the intention that this work will build upon the existing project management tools current used within the Highways Agency and will comply with all Highways Agency standing orders and governance protocols.
    It is envisaged that, in order to ensure these systems and processes are in place as soon as possible, the Programme Delivery Partner will draw on systems used successfully on other programmes but tailor these to meet the requirements of Highways Agency and other governance requirements.
    Systems to be developed may include:
    — An ‘enterprise wide’ programme management system;
    — An integrated Programme Controls suite to include scheduling tools, EVA and progress measurement systems, risk management system, cost management and reporting, document control, requirements management and change control;
    — Stakeholder management tools and processes including Government Secure Intranet systems, web based communications tools and the like;
    — Collaborations and design management tools such as BIM;
    — Financial management tools, processes and systems including estimating packages, valuation and accounting systems;
    — Programme development tools, processes and systems including requirements management , option analysis, value management, value engineering and benefits management;
    — Delivery management tools and processes including supply chain logistics management.
    Each of these systems would have an owner within the Highways Agency and the tools will be rolled out and embedded across the portfolio via a series of training sessions and pilots.
    Area 3 — Personal Development and Training.
    The Programme Delivery Partner will be required to develop and deliver a comprehensive suite of training material on the core competencies of programme management tailored to the specific context of the Highways Agency.
    It is envisage that this will consist of a series of training modules which will incorporate topic areas. For example the programmes controls module will contain training on planning, earned value management, risk management, change control, etc. It is envisaged that there will be 2 primary levels to each training module — general awareness of principles required by all programme team members and expert level e.g. programming using specific IT applications for specialists.
    Training will be delivered in formal classroom settings but modules will also be available as YouTube (or equivalent) style videos and webinars.
    The overall suite of training modules must be able to be configured to meet the specific development needs of individuals such that personalised training plans are available.
    The objective will be that the combinations of structured training and on the job mentoring and experience will enable participants to gain a formal qualification in programme management which will be seen as valuable to the individual.
    Area 4 — Culture and Organisational Change.
    The move to a Publicly Owned Company status and the different ways of working required to operate as programme managers both demand a significant change in culture within the Highways Agency. This change in culture is an important enabler in engendering support and a smooth transition to a programme management delivery approach and must be integrated with the overall Transformation programme being run within the Highways Agency.
    Therefore the Programme Delivery Partner will be required to run a culture and organisation change programme as part of this commission. This programme will use tried and tested techniques for managing organisation and culture change and developing high performing teams. This work will be aligned with the wider Highways Agency transformation and ‘Future Engage Deliver’ work already taking place.
    If the Tenderer does not have this specialised skills capability to deliver this Service Area then it is anticipated that subcontracting arrangements will be required with a specialised consultancy firm with a strong track record of success in this arena.
    4. Structure of tender.
    The PDP role is to be let under the Terms of the NEC3 Professional Services Contract (Option G) as adopted/modified by the Highways Agency incorporating the following Service Areas:
    — Resource augmentation to programme delivery teams and mentoring ,tutoring and on the job training;
    — Development and implementation of systems and processes;
    — Specific training courses on key competencies;
    — Culture and organisational change management.
    The Contract will be advertised via the OJEU (Restricted Procedure) and suppliers will be short-listed following pre-qualification.
    It is essential however that the 4 Service Areas are delivered as an integrated whole.
    Services under a Task Orders may be paid for as;
    — Lump Sum — on satisfactory completion of an activity;
    — Target Cost; or
    — Time charge.
    The Agency will select the appropriate payment approach for the specific Task Order.
    5. Pre-qualification.
    It is the intention to pre-qualify suppliers by means of a number of suitability and selection criteria.
    Suitability criteria will be mandatory and assessed on a pass/fail basis. Only those companies who comply with all suitability criteria will be considered further.
    Suitable companies will be selected upon the basis of their response to the Pre-Qualification Questionnaire and case studies provided which will be scored according to the criteria below:
    Quality of response Score.
    Response demonstrates detailed, strong and highly relevant experience and capability 5.
    Response demonstrates reasonable and relevant experience and capability 3.
    Response demonstrates some experience and capability 1.
    Response demonstrates no experience or capability 0.
    Those companies with the highest overall score will be short-listed for invitation to tender for this service. It is not the intention to weight the various responses requested. It is the intention to short-list a minimum of 5 companies to submit a tender for this commission.
    Bidders will be short-listed based upon their response to the questions in the forms provided with the Pre-Qualification Pack which should address these core requirements in the response:
    Note that where there is more than 1 section to each topic area each part will be scored out of 5 and the average of all parts taken to arrive at an overall mark for that topic area.
    Following Pre-Qualification suppliers will be short-listed and a minimum of 5 bidders will be selected to submit their Tenders. These will be assessed on a quality/price evaluation basis and the most economically advantageous tender will be accepted. Full details of the Tender process and evaluation criteria will be given in the Instructions for Tendering although it is intended that Behavioural Assessments will form part of the evaluation criteria.
    Additional Information:
    The Programme Delivery Partner is required to agree that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply to the secondment of staff to the Highways Agency or on the termination of the services provided to the Highways Agency.
    Leistungsumfang
    Estimated value excluding VAT: 65 000 000 GBP
    Adresse des Bauherren UK-B1 1RN Birmingham
    TED Dokumenten-Nr. 361720-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Highways Agency
      The Cube, 199 Wharfside Street
      Zu Händen von: Owen McCarthy
      B1 1RN
      Birmingham
      VEREINIGTES KÖNIGREICH
      MjExZGxaYyNiWFhWZ2ldbjVdXlxdbFZuaCNcaF4jXGRrI2pg

      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      71311210, 79411100, 73220000

      Beschreibung
      Beratung im Bereich Straßenbau.
      Beratungsdienste im Bereich Wirtschaftsförderung.
      Beratung im Bereich Entwicklung.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung
      Schlusstermin für die Anforderung von Unterlagen oder die Einsichtnahme: 14.11.2014 - 12:00

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      21.11.2014 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      For the attention of: E-mail: Highways Agency The Cube, 199 Wharfside Street Owen McCarthy B1 1RNBirmingham UNITED KINGDOM MjEzYmpYYSFgVlZUZWdbbDNbXFpbalRsZiFaZlwhWmJpIWhe

      Further information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Body governed by public law

      I.3) Main activity
      Other: Transport

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      Programme Delivery Partner Framework.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 27: Other services
      Main site or location of works, place of delivery or of performance: Highways Agency — Various Locations.
      NUTS code UK

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract

      II.1.4) Information on framework agreement
      Duration of the framework agreementDuration in years: 4

      II.1.5) Short description of the contract or purchase(s)
      The Highways sector within England is undergoing one of the most significant periods of change in its history. The Highways Agency is currently waiting for legislation to go through Parliament to change status from a Government Agency to a Government owned company. In parallel with this, and in recognition of the crucial role the highways infrastructure plays in the economic well-being of the nation, a threefold increase in investment in UK highway investment was announced in 2013. However these changes are accompanied by the demand to significantly reduce the cost and delivery time-scales of highways project and in order to address these challenges the Highways Agency are making radical changes in the way it goes about defining, planning and delivering its highways investments.
      As part of this change programme, and in order to manage this step change in investment efficiently, the Highways agency wishes to transition from a project management to a programme management delivery model. The Highways Agency need to enhance its capacity to manage this increase in workload and additionally need to enhance their capability in several aspects of programme management. Hence there is a need to bring in expertise from outside of the organisation in the near to medium term to support us to make this transition and manage the rapid uplift in workload.
      The Highways Agency seeks to procure an experienced programme management organisation or consortium (the Programme Delivery Partner) to provide experienced personnel to support this transition over a period of up to 4 years.
      The immediate requirement will be for the Programme Delivery Partner to second individuals into three existing programmes of work (valued at circa 7 000 000 000 GBP) to fulfil specific roles where skills shortfalls have been identified.
      In the longer term, and as an integral part of this role, the Programme Delivery Partner will also be required to transfer knowledge to the Highways Agency staff through on the job training, mentoring and formal training. The objective will be that the Programme Delivery Partner will exit at the end of circa 4 years leaving the Highways Agency as a mature programme management organisation.
      The Programme Delivery Partner will also be required to provide support to other programmes of work which may be developed by the Highways Agency over the period of their engagement.
      The Highways Agency are seeking a highly collaborative relationship with the successful supplier and its wider supply chain and it is envisaged that a ‘seamless team’ approach will be adopted with the Programme Delivery Partner staff embedded as an integral part of the programme teams.
      Since the current programmes are still developing their delivery strategies it is not possible to precisely define the exact requirements and number of positions to be filled but circa 50 Programme Delivery Partner staff are currently envisaged.
      Expressions of Interest are invited from suitably experienced and qualified organisations or consortia.
      Required Capabilities and Services.
      The Programme Delivery Partner is required to deliver services in the following key areas:
      1. Resource secondment to programme delivery teams. Secondees will also be required to undertake mentoring, tutoring and on the job development and implementation of systems and processes.
      2. Specific personal development and training courses on key competencies.
      3. Support to implement culture and organisational change.
      The intention will be to procure these services via task orders as required.
      Areas of Service: A description of each Service Area is given below:
      Area 1 — Resource Secondment, mentoring and on the job training.
      The Highways Agency are seeking a highly collaborative relationship with the Programme Delivery Partner and individuals will be deployed within Programme Delivery Teams on a seamless team basis.
      The Programme Delivery Partner will deploy staff into the Highways Agency programmes to supplement identified shortfalls in competence as part of an integrated team. These individuals will be will be instrumental in developing programme strategy, programme definition, work packaging and such other matters. As part of the role they will mentor and coach the Highways Agency staff working with them.
      It is also likely that other members of the overall programme team will be drawn from other frameworks in particular the Collaborative Delivery Framework and the Programme Delivery Partner team members will also be responsible for integrating these individuals into the team and providing management direction. For example the Programme team will be responsible for developing and defining the scope for the programme including option studies and such matters. The technical aspects of this work will be undertaken by the engineering consultancy partners within the Collaborative Delivery Framework but management and direction of the process will be led by the programme delivery team.
      The exact deployment of Programme Delivery Partner staff will be determined on a programme by programme basis to suit specific skills shortfalls. The organisation structure of individual Highways Agency programmes will vary in detail to suit the specific attributes of that programme and certain programmes may require competences to a greater or lesser degree. However the generic competences required should not vary significantly between programmes and, for the purposes of this procurement, and are typically likely to include the following:
      — Programme Direction — Leadership, Direction, Strategy Governance and Control;
      — Programme Controls — Planning, Reporting, Change Control, Risk Management and Document Management;
      — HSQE — Health and Safety, Sustainability, Environmental Control, Quality Control, Audit, Compliance Programme;
      — Programme Delivery — Logistics, Co-ordination, Supply Chain Management, Buildability, Value Engineering;
      — Definition and Development — Scope definition, Option Studies, Requirements Management, Benefits Management Assurance;
      — Financial Management — Finance, procurement, estimating, cost management accounting;
      — Stakeholder Management — Approvals, Consultation and Communication, Legal Powers , Acquisition;
      — Operations — End User requirements, Asset Management Strategy, Road Technology, Cost in Use.
      Area 2 — Development and implementation of common systems and processes.
      It is envisaged that a small specialist team will be deployed by the Programme Delivery Partner to work alongside Highways Agency colleagues to develop common processes and systems appropriate for managing programmes of the scale envisaged. It is the intention that this work will build upon the existing project management tools current used within the Highways Agency and will comply with all Highways Agency standing orders and governance protocols.
      It is envisaged that, in order to ensure these systems and processes are in place as soon as possible, the Programme Delivery Partner will draw on systems used successfully on other programmes but tailor these to meet the requirements of Highways Agency and other governance requirements.
      Systems to be developed may include:
      — An ‘enterprise wide’ programme management system;
      — An integrated Programme Controls suite to include scheduling tools, EVA and progress measurement systems, risk management system, cost management and reporting, document control, requirements management and change control;
      — Stakeholder management tools and processes including Government Secure Intranet systems, web based communications tools and the like;
      — Collaborations and design management tools such as BIM;
      — Financial management tools, processes and systems including estimating packages, valuation and accounting systems;
      — Programme development tools, processes and systems including requirements management , option analysis, value management, value engineering and benefits management;
      — Delivery management tools and processes including supply chain logistics management.
      Each of these systems would have an owner within the Highways Agency and the tools will be rolled out and embedded across the portfolio via a series of training sessions and pilots.
      Area 3 — Personal Development and Training.
      The Programme Delivery Partner will be required to develop and deliver a comprehensive suite of training material on the core competencies of programme management tailored to the specific context of the Highways Agency.
      It is envisage that this will consist of a series of training modules which will incorporate topic areas. For example the programmes controls module will contain training on planning, earned value management, risk management, change control, etc. It is envisaged that there will be 2 primary levels to each training module — general awareness of principles required by all programme team members and expert level e.g. programming using specific IT applications for specialists.
      Training will be delivered in formal classroom settings but modules will also be available as YouTube (or equivalent) style videos and webinars.
      The overall suite of training modules must be able to be configured to meet the specific development needs of individuals such that personalised training plans are available.
      The objective will be that the combinations of structured training and on the job mentoring and experience will enable participants to gain a formal qualification in programme management which will be seen as valuable to the individual.
      Area 4 — Culture and Organisational Change.
      The move to a Publicly Owned Company status and the different ways of working required to operate as programme managers both demand a significant change in culture within the Highways Agency. This change in culture is an important enabler in engendering support and a smooth transition to a programme management delivery approach and must be integrated with the overall Transformation programme being run within the Highways Agency.
      Therefore the Programme Delivery Partner will be required to run a culture and organisation change programme as part of this commission. This programme will use tried and tested techniques for managing organisation and culture change and developing high performing teams. This work will be aligned with the wider Highways Agency transformation and ‘Future Engage Deliver’ work already taking place.
      If the Tenderer does not have this specialised skills capability to deliver this Service Area then it is anticipated that subcontracting arrangements will be required with a specialised consultancy firm with a strong track record of success in this arena.
      4. Structure of tender.
      The PDP role is to be let under the Terms of the NEC3 Professional Services Contract (Option G) as adopted/modified by the Highways Agency incorporating the following Service Areas:
      — Resource augmentation to programme delivery teams and mentoring ,tutoring and on the job training;
      — Development and implementation of systems and processes;
      — Specific training courses on key competencies;
      — Culture and organisational change management.
      The Contract will be advertised via the OJEU (Restricted Procedure) and suppliers will be short-listed following pre-qualification.
      It is essential however that the 4 Service Areas are delivered as an integrated whole.
      Services under a Task Orders may be paid for as;
      — Lump Sum — on satisfactory completion of an activity;
      — Target Cost; or
      — Time charge.
      The Agency will select the appropriate payment approach for the specific Task Order.
      5. Pre-qualification.
      It is the intention to pre-qualify suppliers by means of a number of suitability and selection criteria.
      Suitability criteria will be mandatory and assessed on a pass/fail basis. Only those companies who comply with all suitability criteria will be considered further.
      Suitable companies will be selected upon the basis of their response to the Pre-Qualification Questionnaire and case studies provided which will be scored according to the criteria below:
      Quality of response Score.
      Response demonstrates detailed, strong and highly relevant experience and capability 5.
      Response demonstrates reasonable and relevant experience and capability 3.
      Response demonstrates some experience and capability 1.
      Response demonstrates no experience or capability 0.
      Those companies with the highest overall score will be short-listed for invitation to tender for this service. It is not the intention to weight the various responses requested. It is the intention to short-list a minimum of 5 companies to submit a tender for this commission.
      Bidders will be short-listed based upon their response to the questions in the forms provided with the Pre-Qualification Pack which should address these core requirements in the response:
      Note that where there is more than 1 section to each topic area each part will be scored out of 5 and the average of all parts taken to arrive at an overall mark for that topic area.
      Following Pre-Qualification suppliers will be short-listed and a minimum of 5 bidders will be selected to submit their Tenders. These will be assessed on a quality/price evaluation basis and the most economically advantageous tender will be accepted. Full details of the Tender process and evaluation criteria will be given in the Instructions for Tendering although it is intended that Behavioural Assessments will form part of the evaluation criteria.
      Additional Information:
      The Programme Delivery Partner is required to agree that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply to the secondment of staff to the Highways Agency or on the termination of the services provided to the Highways Agency.

      II.1.6) Common procurement vocabulary (CPV)
      71311210, 79411100, 73220000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Estimated value excluding VAT: 65 000 000 GBP

      II.2.2) Information about options

      II.2.3) Information about renewals

      II.3) Duration of the contract or time limit for completion
      Duration in months: 48 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      Those invited to tender will be advised in the tender documents.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Those invited to tender will be advised in the tender documents.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the case of an Unincorporated Joint Venture (Joint and Several Liability) the Contractor must also confirm the names of all the contracting entities with the Employer should they be selected to tender. A Parent Company Guarantee will be required where the financial assessment of the applicant does not meet the required level for the contract. In the event of an applicant not meeting the minimum financial criteria, and where a parent company structure exits, a parent company guarantee will be required from the controlling parent company that meets the minimum required financial assessment criteria. This may potentially result in escalation up to the ultimate parent or failure of financial assessment where the ultimate parent company does not meet the financial assessment criteria.
      For a joint and severable liable joint venture each constituent of the joint venture shall meet at least 60 % of the of the annualised contract value for the purposes of the Contract Value Turnover ratio to meet the financial standing stated for this contract, or where a parent company structure exists, a parent company guarantee will be required from the controlling parent company that meets the minimum required financial assessment criteria.
      Where an integrated joint venture is proposed, Parent Company Guarantees will be required.

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: no

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: 1. The supplier must declare if it or any of its directors any other person who has powers of representation, decision or control of the supplier has been convicted of any of the following offences.
      (a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA;
      (b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(20) or section 1 of the Prevention of Corruption Act 1906(21), where the offence relates to active corruption;
      (c) the offence of bribery, where the offence relates to active corruption;
      (ca) bribery within the meaning of section 1 or 6 of the Bribery Act 2010(22);
      (d) fraud, where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(23), within the meaning of:
      (i) the offence of cheating the Revenue;
      (ii) the offence of conspiracy to defraud;
      (iii) fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;
      (iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;
      (v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(31) or section 72 of the Value Added Tax Act 1994;
      (vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
      (vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(34) or section 19 of the Theft Act (Northern Ireland) 1969;
      (viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or
      (ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
      (e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002;
      (ea) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996;
      (eb) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994; or
      (f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.
      The Highways Agency shall treat as ineligible and shall not select a supplier has been convicted of any of the above offences.
      The Highways Agency may apply to the relevant competent authority to obtain further information regarding the supplier and in particular details of convictions of the offences listed above if it considers it needs such information to decide on any exclusion referred to above.
      In any case where supplier or its directors or any other person who has powers of representation, decision or control has been convicted of an offence described in paragraph (1), the Highways Agency may disregard the prohibition described there if it is satisfied that there are overriding requirements in the general interest which justify doing so in relation to that economic operator in order to maintain or enable sufficient competition.
      2. The Supplier must declare if any of the following (a) to (j) it or any of its directors any other person who has powers of representation, decision or control of the supplier is applicable. The Highways Agency shall consider a supplier as ineligible or decide not to select supplier in accordance with the Procurement Regulations on 1 or more of the following grounds, namely that the economic operator or any of its directors any other person who has powers of representation, decision or control of the economic operator (supplier):
      (a) being an individual is a person in respect of whom a debt relief order has been made or is bankrupt or has had a receiving order or administration order or bankruptcy restrictions order or a debt relief restrictions order made against him or has made any composition or arrangement with or for the benefit of his creditors or has made any conveyance or assignment for the benefit of his creditors or appears unable to pay, or to have no reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other state;
      (b) being a partnership constituted under Scots law has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate;
      (c) being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002 has passed a resolution or is the subject of an order by the court for the company's winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, or has had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company's business or any part thereof or is the subject of the above procedures or is the subject of similar procedures under the law of any other state;
      (d) has been convicted of a criminal offence relating to the conduct of his business or profession;
      (e) has committed an act of grave misconduct in the course of his business or profession;
      (f) has not fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established;
      (g) has not fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the supplier is established;
      (h) is guilty of serious misrepresentation in providing any information referred to within regulation or regulation 24, 25, 26 or 27 (of the Public Contracts Regulations 2006 as amended), or has not provided such information in response to a request by the contracting authority;
      (i) in relation to procedures for the award of a public services contract, is not licensed in the relevant State in which he is established or is not a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member; or
      (j) subject to Regulation 23 paragraphs (7), (8) and (9) of the Public Contracts Regulations 2006, as amended , is not registered on the professional or trade register of the relevant State specified in Schedule 6 in which he is established under conditions laid down by that State.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: The last 2 years audited accounts, or other accepted means of demonstrating financial capability if audited accounts are unavailable will be requested with the response to the Pre-Qualification Questionnaire. Please refer to the Pre-Qualification Questionnaire for full details (see VI.3 Additional Information).
      Minimum level(s) of standards possibly required: Stated in the Pre-Qualification Questionnaire (see VI.3 — Additional Information).

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Please refer to the Pre-Qualification Questionnaire for full details (see VI.3 — Additional Information).
      Minimum level(s) of standards possibly required:
      Please refer to the Pre-Qualification Questionnaire for full details (see VI.3 — Additional Information).

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession
      Execution of the service is reserved to a particular profession: no

      III.3.2) Staff responsible for the execution of the service
      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Restricted

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5
      Objective criteria for choosing the limited number of candidates: Please refer to the Pre-Qualification Questionnaire for details (see VI.3 — Additional Information).

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:

      IV.3.2) Previous publication(s) concerning the same contract
      Prior information noticeNotice number in the OJEU: 2014/S 139-249638 of 23.7.2014

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 14.11.2014 - 12:00
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      21.11.2014 - 12:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence

      VI.2) Information about European Union funds

      VI.3) Additional information
      The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
      Suppliers Instructions How to Express Interest in this Tender:
      1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://highways.bravosolution.co.uk and click the link to register. — Accept the terms and conditions and click ‘continue’. — Enter your correct business and user details. — Note the username you chose and click ‘Save’ when complete. — You will shortly receive an e-mail with your unique password (please keep this secure).
      2. Express an Interest in the tender — Login to the portal with the username/password. — Click the ‘PQQs/ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier). — Click on the relevant PQQ/ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page. (This is a secure area reserved for your projects only). — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.
      3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining). — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification. — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT. — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
      Expressions of interest must be submitted from the Contractor's registered office address. Each member of a Joint Venture (JV) must submit a letter from their own registered office confirming all company names in the proposed JV.
      Contractors should note that the Highways Agency may choose to publish the names of Contractors on its tender list for this contract after invitation to tender letters have been dispatched.
      The tenderer with the most economically advantageous tender will be required to sign the Highways Agency Fair Payment Charter as a condition of acceptance of their tender.
      As a supplier/organisation looking to bid for public sector contracts you should be aware tender documentation for contracts over 10 000 GBP will be published on a single website and made available to the public. You should also be aware that if your bid is successful, the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests, and for the protection of national security.
      This tender is being conducted by the Highways Agency on behalf of the Secretary of State for Transport. However, the Government is currently consulting on proposals to create a separate corporation or other entity (wholly owned by Government) which will assume the functions, rights and liabilities of the Highways Agency. Applicant Companies are accordingly advised that:
      (i) their tender is capable of being accepted by the new entity when it is formed; and
      (ii) if the contract is initially awarded by the Secretary of State, it will include a provision permitting novation of the contract to the new entity when it assumes the Highways Agency's functions.
      The Programme Delivery Partner is required to agree that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply to the secondment of staff to the HA or on the termination of the services provided to the HA.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      See details at VI.4.2).

      VI.4.2) Lodging of appeals
      Precise information on deadline(s) for lodging appeals: The Highways Agency will incorporate a minimum 10 calendar day standstill period at the point information on award of the contract is communicated to tenderers.
      Appeals must be lodged in accordance with the Public Contracts Regulations 2006 (SI 2006 no 5) as amended.

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      17.10.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 23.10.2014
Zuletzt aktualisiert 23.10.2014
Wettbewerbs-ID 2-182518 Status Kostenpflichtig
Seitenaufrufe 38