56
1 PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for CONSTRUCTION RELATED PROCUREMENT Based on: PAS 91: 2013 The Government sponsored sets of questions for use in pre-qualification for construction tendering.* London Borough of Enfield V1.2 MAJOR HOUSING WORKS Version Nr Date of Change Brief Description of Change (s) V 1.1 02/10/2014 Page 2 : Notation Value revised. Page 30 : Appendix 2 - Reference Factor (co-efficient) revised from 2 to 3. V 1.2 13/10/2014 Page 20 : Question S1-Q3 – status of question has changed from ‘Scored’ to ‘Information Only’. Project Reference: DNWC-9E8RKE *Question numbers in white in shaded cells in the left hand column are PAS 91 question numbers.

PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

1

PRE-QUALIFICATION QUESTIONNAIRE (PQQ)

for

CONSTRUCTION RELATED PROCUREMENT

Based on: PAS 91: 2013 The Government sponsored sets of questions for use in pre-qualification for construction tendering.*

London Borough of Enfield

V1.2

MAJOR HOUSING WORKS

Version Nr Date of Change Brief Description of Change (s) V 1.1 02/10/2014 Page 2 : Notation Value revised.

Page 30 : Appendix 2 - Reference Factor (co-efficient) revised from 2 to 3.

V 1.2 13/10/2014 Page 20 : Question S1-Q3 – status of question has changed from ‘Scored’ to ‘Information Only’.

Project Reference: DNWC-9E8RKE *Question numbers in white in shaded cells in the left hand column are PAS 91 question numbers.

Page 2: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

2

For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants. If you are already a member of Constructionline you can provide us with your registration number and then skip the core questions C1, C2, C3, C4, O2 andO3 and go straight to the project-specific supplementary questions S1, S2 & S3 on PAGE 20. If you are NOT A MEMBER of Constructionline you must COMPLETE THE PQQ IN FULL. www.constructionline.co.uk For Constructionline members only: Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for Building (General) - 45210000-2 and have a notation value of £20,000,000 or above in place. You must do this by 10.10.14 to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Andy Preston on 07584703352 or [email protected] for assistance. Name of Company

Constructionline Registration Number

Constructionline work category relevant to this project:

Relevant recommended contract (notation) value

Core Question Module C1: Supplier identity, key roles and contact information You must provide all the information in this section. Scoring: INFORMATION ONLY Q Ref Information Required Description of supporting information expected, which will be taken

into account in assessment. C1-Q1 Name of legal entity or sole trader

Trade name, if different from

above

C1-Q2 Registered Office address Town: County: Post Code:

C1-Q3 Contact Details for enquiries Title: Mr Mrs Ms Other Forename: Family name: Job title: E-mail: Tel number: Fax number:

Head office or trading office if different from that of registered office

Town:

County: Post Code: C1-Q4 Registration number if registered

with Companies House or equivalent

Companies House: Equivalent Body:

C1-Q5 Charity Registration number

Date of incorporation

Date business was set up

C1-Q6 VAT registration number (if applicable)

C1-Q7 Name of immediate parent company

C1-Q8 Name of ultimate parent company

Page 3: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

3

Name of company I currently own

Name of company I have a common director/partner with

C1-Q9 Type of organisation PLC Limited company LLP Other partnership Sole trader Other (please specify):

Does your company have any branch offices

Directors and Partners Please give details of the following: Sole traders, partnerships, LLPs –all those with a financial interest. Ltd and Plc companies – directors, the company secretary and anyone who holds more than 20% of the paid-up share of loan capital.

Owner Partner Director Company Secretary

Title: Forename: Family name: Position: D.o.B: Private post code:

Industry-related qualifications Membership of professional organisations

Owner Partner Director Company Secretary

Title: Forename: Family name: Position: D.o.B: Private post code:

Industry-related qualifications Membership of professional organisations

Owner Partner Director Company Secretary

Title: Forename: Family name: Position: D.o.B: Private post code:

Industry-related qualifications Membership of professional organisations

Page 4: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

4

Core Question Module C2: Financial Information You must provide all the information in this section. Scoring: PASS/FAIL Please see Appendix 2: Financial Assessment Criteria for explanation of our calculations. Q Ref Information required Description of information expected, which will be taken

into account in assessment. Tick if provided

C2-Q1 Accounts: Please select the one organization description that most closely matches your organization and provide information accordingly.

C2-Q1-1 Financial information for a start-up business that has not reported accounts to the Revenue or Companies House.

• Turnover forecast • Opening balance sheet that includes:

- Initial loan from directors/owners to start the business

- Fixed assets, i.e. motor vehicles, specialized tools, computer programmes and computer equipment used to help the business function.

• Management accounts

C2-Q1-2 Accounts for an unincorporated business (sole traders and partnerships).

Sole Traders or Partnerships • Profit and loss sheet • Balance sheet • Notes to the accounts OR Sole Trader • Self employment section of the Self Assessment Tax

Return, that shows the - Accounts Year End date - Business income - Net profit/loss

• The current forms as per HMRC are Self Assessment Tax Return (SA100). If you file returns by paper, you will also need to complete:

- SA103S if the turnover is below £73,000 - SA103F if the turnover is above £73,000

Partnership • The Partnership Self Assessment Tax Return that

shows the - Accounts Year End date - Business income - Net profit/loss.

• The current forms as per HMRC are: - Self Assessment Tax Return (SA100) - Partnership Supplementary Pages (SA104) - Nominated Partnership Return (SA800) If you file your returns by paper, you will also need to complete:

- SA103S if the turnover is below £73,000 - SA103F if the turnover is above £73,000

Page 5: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

5

C2-Q1-3 Accounts for a small company or limited liability partnership with a turnover of below the audit threshold (currently £6.5 million) that is not required to prepare audited accounts.

A full and final set of accounts including: • Profit and loss • Balance sheet • Notes to the accounts • Audit report (if audited) or the Accountants’

Certificate Abbreviated or draft accounts are not acceptable.

C2-Q1-4 Accounts for a medium to large incorporated entity and all other organisations that are required to prepare audited accounts.

A copy of the most recent accounts as submitted to the Inland Revenue covering either the most recent two year period of trading or, if trading for less than two years, the period that is available. The accounts we require are sometimes described as ‘full’ accounts, which distinguishes them from ‘abbreviated’. The latter do not include the profit and loss page that details turnover and profit before tax. Abbreviated accounts are not acceptable. Full accounts include: • Director’s report • Profit and loss • Balance sheet • Notes to the accounts.

Preferred minimum contract value £

Preferred maximum contract value £

Page 6: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

6

C2-Q2 Insurance statement and Certificates

Please give details of all insurances your business holds and send us a copy of each certificate and schedule. E.g. a warranty to cover product quality or debtors book cover. We do not need to know about car or building insurance.

C2-Q2-1 Employers’ Liability insurance Insurer Policy number

Limit of indemnity Excess Limit for a single event Expiry date Cert provided

C2-Q2-2 Public liability insurance Insurer Policy number

Limit of indemnity Excess Limit for a single event Expiry date Cert provided

C2-Q2-3 Professional Indemnity Insurance (Where consultancy input involved)

Insurer Policy number Limit of indemnity Excess Limit for a single event Expiry date Cert provided

All Risks Insurer Policy number Limit of indemnity Excess Limit for a single event Expiry date Cert provided

Other specialist business related insurance

Insurer Policy number Limit of indemnity Excess Limit for a single event Expiry date Cert provided

Page 7: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

7

Core Question Module C3: Business and profession standing You must answer these questions. Responses will be taken into account as part of the assessment process Scoring: PASS/FAIL Q Ref Core question Yes No C3-Q1 Has your company or any of its Directors and Executive Officers been the subject of criminal or

civil court action (including for bankruptcy or insolvency) in respect of the business activities currently engaged in, for which the outcome was a judgement against you or them? Please provide details. Responses will be taken into account in assessing the outcome of this prequalification application where the circumstances of the judgement are pertinent to anticipated future projects or services. They will not necessarily constitute a reason for rejection.

C3-Q2 If your company or any of its Directors and/ or Executive Officers are the subject of ongoing or pending criminal or civil court action (including for bankruptcy or insolvency) in respect of the business activities currently engaged in, then have all claims during the last three years been properly notified in accordance with the suppliers Product Liability Insurance policy requirements and been accepted by insurers? Please provide details of action and confirmation, with references of the relevant notification and insurer acceptances.

C3-Q3 Has your company or any of its Directors and Executive Officers been in receipt of enforcement/remedial orders that are still unresolved (such as those in relation to: Environmental Agency or Office of Rail Regulation enforcement), in the last three years?

C3-QP1 Mandatory reasons for exclusion Do any of the circumstances as set out in Part 4 Regulation 23(1) of the Public Contracts Regulations 2006 (SI 2006 No: 5) as amended by the Public Contracts (Amendment) Regulations 2009 (SI 2009/ 2992), apply to you as the applicant or to members of any applicant Group or any envisaged sub-contractor? If yes, please supply details.

C3-QP1-1 If your organisation, or any directors or partner or any other person who has powers of representation, decision or control been convicted of any of the following offences, please provide information

C3-QP1-1a) C3-QD1-1(a)

Conspiracy: within the meaning of section 1 or section 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983, or in Scotland the Offence of conspiracy, where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA;

Page 8: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

8

C3-QP1-1b) C3-QD1-1(c)

Corruption: within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906;where the offence relates to active corruption;

C3-QP1-1c) C3-QD1-1(d)

Bribery: the offence of bribery, where the offence relates to active corruption;

C3-QP1-1d) C3-QD1-1(e)

Bribery: within the meaning of section 1, 2 or 6 of the Bribery Act 2010.

C3-QP1-1e) C3-QD1-1(g)

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 Union, within the meaning of:

C3-QP1-1e)(i) C3-QD1-1(g)(i)

The offence of cheating the Revenue;

C3-QP1-1e)(ii) C3-QD1-1(g)(ii)

The offence of conspiracy to defraud;

C3-QP1-1e)(iii) C3-QD1-1(g)(iii)

Fraud or theft within the meaning of the Theft Act 1968,the Theft Act (Northern Ireland) Order 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;

C3-QP1-1e)(iv) C3-QD1-(g)(vii)

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;

C3-QP1-1e)(v) C3-QD1-1(g)(viii)

Fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;

C3-QP1-1e)(vii) C3-QD1-1(g)(x)

An offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;

C3-QP1-1e)(vii) C3-QD1-1(g)(x)

Destroying, defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;

C3-QP1-1e)(viii) C3-QD1-1(g)(iv)

Fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or C3-QP1-1e)(ix) C3-QD1-1(g)(x)

Making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;

C3-QP1-1f) Money laundering within the meaning of the Proceeds of Crime Act 2002:

C3-QD1-1(h) C3-QP1-1f)(i)

Money laundering within the meaning of section 93A, 93B,or 93C of the Criminal Justice Act 1988, section 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996 or the Money Laundering Regulations 2003 or money laundering or terrorist financing within the meaning of the Money Laundering Regulations 2007*;

C3-QP1-1f)(ii) QD-1-1(j)

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

C3-QP1-1g) Any other offence within the meaning of Article 45(1) of Directive 2004/18/EC as defined by the national law of any relevant state.

C3-QP2 Discretionary reasons for exclusion Do any of the circumstances as set out in Part 4 Regulation 23(4) of the Public Contracts Regulations 2006 (SI 2006 No: 5) as amended by the Public Contracts (Amendment) Regulations 2009 (SI 2009/2992), apply to the Applicant, members of the Applicant Group or any envisaged sub-contractor? If ‘yes’, please supply details.

C3-QP2-1 C3-QD2-1

Is any of the following true of your organisation?

C3-QP2 1(a) C3-QD2 1(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 debt relief restrictions order made against him or has made any composition or arrangement with

Page 9: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

9

or for the benefit of creditors or has made any conveyance or assignment for the benefit of 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;

C3-QP2 1(b) C3-QD2 1(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; or

C3-QP2 1(c) C3-QD2 1(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 of the company's business or is the subject of similar procedures under the law of any other State?

C3-QP2-2 C3-QD2-2

Has your organisation

C3-QP2-2(a) C3-QD2-2(a)

Been convicted of a criminal offence relating to the conduct of its business or profession, including, for example, any infringements of any national or foreign law on protecting security of information or the export of defence or security goods;

C3-QP2-2(b) Committed an act of grave misconduct in the course of its business;

C3-QP2-2(c) C3-QD2-2(d)

Failed to fulfil 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 you are established; or

C3-QP2-2(d) C3-QD2-2(e)

Failed to fulfil obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the member State in which you are established;

Supplementary questions Yes No 1 Has the business ever had a public-sector contract or commission ended or had its employment

set aside under the terms of a contract or commission within the public sector?

2 Has the Organisation (or any of its directors, senior officers or senior managers) been investigated, prosecuted, convicted, or been the subject of other enforcement action taken within the last five years for bribery or corruption offences? If you have answered yes, please provide supporting information.

3 Have you carried out a risk assessment to consider whether your organisation is at risk of bribery? If ‘yes’, please provide details.

4 Do you have a bribery prevention policy/procedure in line with the Bribery Act 2012? [(You do not need to do this if there is no risk of bribery on your behalf)]

5 Have you a procedure for communicating this policy throughout your organisation 'from the top down' and also to others who will perform services for you?

Page 10: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

10

6 Does your policy/procedure include staff training regarding the requirements of the Bribery Act?

7 Does your policy/procedure include monitoring and review of bribery risk?

8 Please confirm that your company and subcontractors adhere to the Immigration, Asylum and Nationality Act 2006 (amendment 2008).

9 Do you make checks to verify all workers are entitled to work in the UK? If ‘yes’, please provide details.

10 Do you have a criminal record checking procedure in place for your employees and sub contractors?

Yes No N/A

Page 11: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

11

4 Staffing, Licenses and Accreditations You must provide the information requested in this section Scoring: INFORMATION ONLY Staff details for consultants, suppliers and contractors. Please give the average number as appropriate of all permanent staff and their duties over the last year. Title (e.g. painter architect, etc.)

Trades Staff Administration Staff

Manufacturing Staff

Professional Staff

Technical Staff

Total Average Number of Staff Licenses, accreditations and certification Does your business hold any licences, accreditations or certificates for specific categories and sectors (for example, asbestos licence or Gas Safe registration? You must enclose a copy with this application.) Type Issuing Authority Licence number Start Date Expiry Date Enclosed?

Yes No Professional Body, trade association or federation membership Is your company accredited by, or a full member of, any trade association or federation? Yes: No

If ‘Yes’, please say which below. Give the full title in all cases. You must enclose copies of membership certificates. Name of organisation (in full)

Acronym

Type of membership

Website address

Start date of membership

End date of membership

Registration or membership number (if applicable)

Have you enclosed a copy of your membership certificate?

Yes: No

Name of organisation (in full)

Acronym

Type of membership

Website address

Start date of membership

End date of membership

Registration or membership number (if applicable)

Have you enclosed a copy of your membership certificate?

Yes: No

Name of organisation (in full)

Page 12: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

12

Acronym

Type of membership

Website address

Start date of membership

End date of membership

Registration or membership number (if applicable)

Have you enclosed a copy of your membership certificate?

Yes: No

Construction skills certification scheme (CSCS) Does your business hold a CSCS ‘Certificate of Commitment’? Yes: No

If ‘Yes’, please send us a copy of the certificate.

Yes: No

Considerate Constructor’s Scheme or equivalent Do you register some or all of your sites with CCS or an equivalent? None Some All

If so, what percentage have you registered over the last twelve months?

Are you an associate member of CCS or an equivalent? Yes: No

Please fill in the name of the equivalent scheme.

Page 13: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

13

Core Question Module C4: Health and Safety Policy and Capability You must provide all the information in this section. Scoring: PASS/FAIL C4-Q1 Exemptions: If your organization meets the criteria below and you can provide supporting evidence, you

do not need to complete the following health and safety questions. • You have within the last twelve months, successfully completed a third-party assessment with a

scheme which is a registered member of Safety Schemes in Procurement (SSIP). Or • You hold a UKAS or equivalent, accredited independent third party certificate of compliance with

BS OHSAS 18001. Are you claiming

exemption? Yes: No What is the name of the scheme/certificate?

Are you providing a copy of the certificate?

Yes: No

Q Ref Question Response C4-Q3 Please demonstrate that you have a policy and

organization for health and safety (H&S) management? You are expected to have and implement an appropriate policy, regularly reviewed and signed off by the Managing Director or equivalent. The policy must be relevant to the nature and scale of your work and set out the responsibilities for health and safety management at all levels within the organisation

Evidence provided? Yes: No

C4-Q4 Please demonstrate arrangements for ensuring that your H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents? These should set out the arrangements for health and safety management within the organisation and should be relevant to the nature and scale of your work. They should set out how the company will discharge their duties under CDM2007. There should be a clear indication of how these arrangements are communicated to the workforce.

Evidence provided? Yes: No

C4-Q5 Please demonstrate that you have access to competent H&S advice/assistance – both general and construction sector related Your organisation, and your employees, must have ready access to competent health and safety advice, preferably from within your own organisation. The advisor must be able to provide general health and safety advice, and also (from the same source or elsewhere) advice relating to construction health and safety issues.

Page 14: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

14

C4-Q6 Please demonstrate that you have a policy and process for providing your workforce with training and information appropriate to the type of work for which your organization is likely to bid. You should have in place, and implement, training arrangements to ensure your employees have the skills and understanding necessary to discharge their duties as contractors, designers or CDM coordinators. You should have in place a programme for refresher training, for example a Continuing Professional Development (CPD) programme or life-long learning which will keep your employees updated on new developments and changes to legislation or good health and safety practice. This applies throughout the organisation - from Board or equivalent, to trainees.

Evidence provided? Yes: No

C4-Q7 Please demonstrate that your workforce have H&S or other relevant qualifications and experience sufficient to implement your H&S policy to a standard appropriate to the work for which your organization is likely to bid Employees are expected to have the appropriate qualifications and experience for the assigned tasks, unless they are under controlled and competent supervision.

Evidence provided? Yes: No

C4-Q8 Please demonstrate that you check, review and where necessary improve your H&S performance You should have a system for monitoring your procedures, for auditing them at periodic intervals, and for reviewing them on an ongoing basis.

Evidence provided? Yes: No

C4-Q9 Please demonstrate that you have procedures in place to involve your workforce in the planning and implementation of H&S measures You should have, and implement, an established means of consulting with your workforce on health and safety matters.

Evidence provided? Yes: No

Page 15: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

15

C4-Q10 Please demonstrate that you conduct accident/incident reporting and undertake follow-up investigation You should have records of all RIDDOR (the Reporting of Injuries, Diseases and Dangerous Occurrences Regulations) reportable events for at least the last three years. You should also have in place a system for reviewing all incidents, and recording the action taken as a result. You should record any enforcement action taken against your company over the last five years, and the action which you have taken to remedy matters subject to enforcement action.

Evidence provided? Yes: No

C4-Q11 Please demonstrate that you have arrangements for ensuring that your suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged You should have arrangements in place for appointing competent subcontractors/consultants. You should be able to demonstrate how you ensure that subcontractors will also have arrangements for appointing competent subcontractors or consultants. You should have arrangements for monitoring sub-contractor performance.

Evidence provided? Yes: No

C4-Q16 Designers

Please demonstrate that you have, and implement, arrangements for meeting your duties under regulation 11 of CDM2007 You should have, and implement, arrangements for meeting your duties under regulation 11 of CDM2007.

Evidence provided? Yes: No

C4-Q12 Please demonstrate that you operate a process of risk assessment capable of supporting safe methods of work and reliable project delivery where necessary You should have procedures in place for carrying out risk assessments and for developing and implementing safe systems of work/method statements. The identification of health issues is expected to feature prominently in this system.

Evidence provided? Yes: No

C4-Q13 Please demonstrate that you have arrangements for co-operating and co-ordinating your work with others (including other suppliers, notably contractors) You should be able to illustrate how co-operation and co-ordination of your work is achieved in practice, and how you involve the workforce in drawing up method

Page 16: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

16

statements/safe systems of work.

Evidence provided? Yes: No

C4-Q14 Please demonstrate that you have arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of your employees You should be able to demonstrate how you will ensure that appropriate welfare facilities will be place before people start work on site.

Evidence provided? Yes: No

C4-Q20 CDM Coordinators

Please demonstrate how you encourage co-operation, co-ordination and communication between designers (and anyone else) You should be able to demonstrate how you go about encouraging co-operation, co-ordination and communication between designers.

Evidence provided? Yes: No

Page 17: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

17

Question Module 02: Environmental management policy and capability You must provide all the information in this section. Scoring: INFORMATION ONLY Yes No 1 Has the Environment Agency or any local authority taken any enforcement action against you in

the last five years? If ‘yes’, please provide details.

2 Do you have a specific procedure for any complaints regarding environmental issues? If you have answered yes, please provide details. Enclosed?

3 Does your organisation hold a waste management licence? If ‘yes’, please provide a copy. Enclosed?

4 Does your organisation hold a registration of carriers’ certificate? If ‘yes’, please provide a copy. Enclosed?

5 Do you have a programme or action plan in place to develop the sustainability competence of your business and your supply chain? (Please note the term sustainability includes carbon, environmental management, waste, water, materials, biodiversity, community, ethics and procurement) If ‘yes, please describe your programme of work or action plan to develop sustainability competence across your business and down your supply chain.

O2-Q1 Exemption: The questions in this module need not be completed if your organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 or a valid EMAS certificate and can provide the supporting evidence requested.

Are you claiming exemption?

Yes: No

Are you providing a copy of the certificate?

Yes: No

O2-Q2 Do you have a documented policy and organisation for the management of construction-related environmental issues? If ‘yes’, please provide evidence that you or your organisation has an environmental management policy authorized by the Chief Executive or equivalent and regularly reviewed. The policy should be relevant to the nature and scale of the activity and set out the responsibilities for environmental management throughout the organisation. D Enclosed? -related environmental issues?

O2-Q3 Do you have documented arrangements for ensuring that your environmental management procedures are effective in reducing/preventing significant impacts on the environment?

Page 18: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

18

If ‘yes’, please provide evidence that your organization’s environmental policy implementation plan provides information as to how the company aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce, in relation to environmental matters including:

• Sustainable materials procurement; • Waste management; • Energy management

This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints. Enclosed?

O2-Q4 Do you have arrangements for providing employees who will engage in construction with training and information on construction-related environmental issues? If ‘yes’, please provide evidence that your organization has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice. Enclosed?

O2-Q5 Do you check, review and where necessary improve your environmental management performance? If ‘yes’, please provide evidence that your organisation has a system for monitoring environmental management procedures on an ongoing basis and for updating them at periodic intervals. Enclosed?

O2-Q6 Do you have arrangements for ensuring that any suppliers you engage apply environmental protection measures that are appropriate to the activity for which they are being engaged? If ‘yes’, please provide evidence that your organization has procedures for monitoring suppliers’ environmental management arrangements and ensuring that environmental performance appropriate for the activity to be undertaken is delivered throughout the whole of your organization’s supply chain. Enclosed?

Page 19: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

19

Question Module 03: Quality management policy and capability This question set is optional. Scoring: INFORMATION ONLY O3-Q1 Exemption: The questions in this module need not be completed if your organisation holds a UKAS (or

equivalent) accredited independent third party certificate of compliance with BS EN ISO 9001 from an organisation with a related UKAS accreditation, or equivalent

Are you claiming exemption?

Yes: No

Are you providing a copy of the certificate?

Yes: No

O3-Q2 Do you have a policy and organisation for quality management? If ‘yes’, please provide details. Enclosed?

O3-Q3 Do you have arrangements for ensuring that your quality management, including the quality of construction output and general performance, is effective in reducing/preventing incidents of sub-standard delivery? If ‘yes’, please provide details. Enclosed?

O3-Q4 Do you have arrangements for providing your workforce with quality-related training and information appropriate to the type of work for which your organisation is likely to bid? If ‘yes’, please provide details. Enclosed?

O3-Q5 Do you have procedures for periodically reviewing, correcting and improving quality performance? If ‘yes’, please provide details. Enclosed?

O3-Q6 Do you have arrangements for ensuring that your own suppliers apply quality management measures that are appropriate to the work for which they are being engaged? If ‘yes’, please provide details. Enclosed?

Page 20: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

20

SPECIFIC SUPPLEMENTARY QUESTIONS:

Specific Module S1: Organizational technical and/or professional capability. You must provide all the information in this section. Please note the word limit for each response is limited to a maximum of 1000 words, unless specified otherwise. Scoring: SCORED (with the exception of S1-Q3 which is for information only) S1-Q1 State the number of staff and operatives employed

direct in relation to contracts for works similar to those which are the subject of this PQQ. Provide a statement the professional qualifications of you and/or other members of staff/ workforce within your company who will be responsible for providing the services or carrying out the activities that are the subject of this prequalification questionnaire. Your response will be evaluated with regards to providing comprehensive informaiton of number of staff and operatives in terms of: i)Senior managers / Directors ii) Contract Managers iii) Quantity Surveyors iv) Site Agents v) Resident Liason Officer vi) Directly Employed Site Operatives vii) Others

Evidence provided? Yes: No

S1-Q2 Does your organisation have the necessary numbers of staff to undertake the work that is the subject of this prequalification questionnaire? Provide a statement the average annual number of managerial staff and other workforce over the previous 3 years. In addition provide a current staff structure.

Evidence provided? Yes: No

S1-Q3 Does your organisation have the necessary trade associations etc to are required as part of this prequalification questionnaire? (Note this Question is for Information Only) Provide the full names and details of all technical associations, guarantee schemes, employer or trade associations that your organisation is a fully registered member of and details of all trade licences held by your organisation. Please provide copies of certification, including association registration and trade licenses.

Evidence provided? Yes: No

Page 21: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

21

S1-Q4 Does your organisation have the required experience and competency in carrying out activities of the same or similar work categories that are the subject of this prequalification questionnaire? Provide a list of major refurbishment works contracts carried out to occupied social housing blocks and street properties with an individual contract/task order value in the approximate range of £1m to £8m, under the following categories: i) Contracts that have/are being undertaken over the last three years. ii) Partnering contracts and/or programmes of work that have/are being undertaken over the last three years Include the following details for each contract: - Customer name and address - Contact name and telephone number - Contract reference and brief description of works undertaken including location and consideration received - Indication of project/programme size (e.g. by value) and - Duration and Date of completion - Name(s) of sub-contractors and/or consortium members and their role. Provide evidence from three contracts, taken from and cross referenced to the list of contracts referred to above, of current or recent experience and competency in the following areas of refurbishment. Your response should include evidence of works and a description of technical solutions, consultation processes and project delivery management including minimisation and timely rectification of defects: i) Internal works to dwellings (flats, maisonettes, houses) including refurbishment of kitchens and bathrooms, renewal of heating systems, rewiring, asbestos removal/encapsulation ii) Works to common parts of blocks of flats including refurbishment of staircases, landings and entrance lobbies, renewal of communal water services and communal heating systems, refurbishment of passenger lifts iii) Works to the exterior of buildings of both traditional and non-traditional construction (high-rise, low rise, houses) including structural repairs to the fabric, renewal of roof and balcony coverings, over-cladding, renewal of windows and exterior doors, installation of door entry systems, renewal of above and below ground drainage iv) Extensions including provision of prefabricated pod units v) Estate works including estate lighting improvements, refurbishment of outbuildings, upgrading of hard and soft surfaces, upgrading of access for the disabled

Evidence provided? Yes: No

Page 22: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

22

S1-Q5 Does your organisation have the necessary experience in providing customer care which is subject of this prequalification questionnaire? Provide details of your processes for managing your communication with residents to maximise customer satisfaction: i) In initial consultations ii) Where English is not the first language for the customer or site operative iii) In ongoing communication during the works iv) In managing and swiftly resolving complaints v) In learning from mistakes

Evidence provided? Yes: No

Page 23: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

23

Specific Module S2: Equal opportunity and diversity policy and capability You must provide all the information in this section. Scoring: SCORED (S2-Q5 will be PASS / FAIL) Yes No S2-Q1 As an employer, do you meet the requirements of the positive equality duties in relation to the

Equalities Act 2010? Applies to both public and private procurement. Please provide copies of

S2-Q1-1 Relevant instructions or written statement/evidence of relevant actions Enclosed?

S2-Q1-2 Relevant guidance or written statement/evidence of relevant actions Enclosed?

S2-Q1-3 Relevant policies/literature or written statement/evidence of relevant actions Enclosed?

S2-Q1-4 Evidence of where you believe these policies have made a difference Enclosed?

S2-Q2 Is it your policy as an employer to comply with anti-discrimination legislation, and to treat all people fairly and equally so that no one group of people is treated less favourably than others?

S2-Q3 In the last three years has any finding of unlawful discrimination been made against your organisation by any court or industrial or employment tribunal or equivalent body? If ‘yes’, please provide details.

S2-Q4 In the last three years has your organization been the subject to a compliance action by the Equality and Human Rights Commission or an equivalent body on grounds of alleged unlawful discrimination? If ‘yes’, please provide details.

S2-Q5 If the answer to Q3 and/or Q4 is ‘yes’, what steps did your organisation take as a result of that finding or investigation? Please provide evidence/details of remedial action. Enclosed?

S2-Q6 What does your organisation do to ensure that equality and diversity is embedded within your organisation? Are you enclosing copies of any relevant policies or written statement/evidence of relevant actions? Enclosed?

S2-Q7 Do you actively promote good practice in terms of eliminating discrimination in all forms through:

S2-Q7-1 Guidance to your employees/suppliers concerned with recruitment, training and promotion?

Please provide copies of any relevant instructions or a statement/evidence of relevant actions. Enclosed?

S2-Q7-2 Making guidance or policy documents concerning how the organization embeds equality and diversity available to employees/sub-contractors, recognised trade unions or other representative groups of employees? Please provide copies of any relevant policies/literature or written statement/evidence of relevant actions Enclosed?

S2-Q7-3 Appropriate recruitment advertisements or other literature. Please provide copies of any relevant policies/literature or written statement/evidence of relevant actions. Enclosed?

Page 24: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

24

Specific Module S3: Supplementary Insurance Requirements You must provide all the information in this section. Scoring: PASS / FAIL Confirmed Will Provide S3-Q1 Minimum Insurance Requirements, the organization is required to confirm that their

insurances meet, or if successful will provide the following minimum levels of insurances.

S3-Q1-1 Employers Liability Insurance £10m

S3-Q1-2 Public Liability Insurance £5m

S3-Q1-3 Professional Indemnity Insurance £1mC

Page 25: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

25

Honesty and Openness The Prevention of Corruption Acts apply to all contracts that any government or public organisation enters into. The Acts make it a criminal offence to give or offer bribes or rewards to any employee of a government department or public organisation with the intention of influencing them in their duties. These offences could lead to the loss of the contracts, loss of future opportunities and prosecutivion under the Acts. It is a criminal offence to knowingly supply false or fraudulent information. I confirm that, as far as I know, the information I have given is accurate. I am not aware of any financial changes to the business or any other circumstances that could harm business stability. Yes: To be signed by an authorised signatory Name

Date

Position

Telephone number

Signature

Have you provided all the documentary evidence/explanations required? For non-Constructionline members You will now need to go to the Reference section below:

Page 26: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

26

References You must provide two references using the form in Appendix 1 below. Please follow the guidance carefully to avoid failing your submission. Scoring: PASS/FAIL Guidance for obtaining References 1. You need two references. 2. The references must be for the work categories* for which you are applying. 3. If you are applying for more than one work category, please make sure that you have references to cover all the

work categories for which you are applying. 4. The references must be based on satisfactory work you have completed for the referee within the last three years

(preferably for a high value). 5. The references must have the ‘value of contracts’ section filled in. This value must be confirmed by the referees.

The value of these contracts will be used to work out the maximum contract value (notation) for which you can be considered for this project. The formula used by us includes the financial information you have submitted in the Financial Information section. (For a full explanation of the formula, please see Appendix 2).

*Work Categories – top 50 Please tick which work category you wish to apply for (other categories are available). Please note that some categories require licences, accreditations or professional body memberships. Please make sure you have uploaded the appropriate licences and accreditations, or given us details of association membership where appropriate. Category

Uploaded?

Building (General) Building Refurbishment Over 15K Building Repairs And Improvements (Max Notation £15K)

Building (Design & Construct) Painting & Decorating (General) Joinery Doors Windows (Pvcu) Glazing Roofing Tiling (Wall) Brick And Blockwork Plumbing Flooring (General) Demolition Work Scaffolding Asbestos Removal / Treatment ** HSE licence Site Clearance Civil Engineering Road Construction Asphalt Surfacing Bridge (Strengthening And Refurbishment) Road Maintenance (Minor Works) Drainage (Land) Landscaping Fencing Electrical Installation & Maintenance / Services ** Electrical Safety Register, ECA, NAPIT, SELECT,

Page 27: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

27

NICEIC or BRE Internal Electrical Installations ** Electrical Safety Register, ECA, NAPIT, SELECT,

NICEIC or BRE

External Electrical Installations ** Electrical Safety Register, ECA, NAPIT, or SELECT Electrical Services ** Electrical Safety Register, ECA, NAPIT, SELECT,

NICEIC or BRE

Fire Alarm Systems ** Electrical Safety Register, ECA, NAPIT, SELECT, National Security Inspectorate(NSI Fire Gold or Silver), Warrington Fire, SSAIB or BRE

Street Lighting ** Electrical Safety Register, ECA, NAPIT, SELECT, NICEIC or BRE

Closed Circuit TV Systems ** Electrical Safety Register, ECA, NAPIT, SELECT, National Security Inspectorate (NSI NACOSS Gold or NSI Systems Silver) or SSAIB

Portable Appliance Testing ** Electrical Safety Register, ECA, NAPIT, SELECT, NICEIC or BRE

Mechanical Services Installation Heating (Central - Gas) Installation ** Gas Safe Certificate Gas Installations ** Gas Safe Certificate Air Conditioning Cleaning (Office) Facilities Management Consultant Work Categories Architecture ** ARB, RIBA, CIAT Building Surveying ** RICS, CIOB, ICES Building Services Engineering ** CIBSE, IMECHE, IET Civil & Structural Engineering ** ICE, ISTRUCTE Electrical Installations ** CIBSE, IMECHE, IET Quantity Surveying ** RICS, ICES Health & Safety / CDM Coordinator ** APS Project Management ** APM, RICS Asbestos Surveys ** RICS, UKAS Central Heating ** CIBSE, IMECHE, IET

Page 28: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

28

Appendix 1: Reference Form

Supplier name

Other comments (please use a separate sheet if necessary)

Will you consider this supplier for future contracts?

Yes: No

We may need to contact you briefly to verify the information above, so please ensure you provide either a telephone number or email address in the box below.

Performance rating

Please rate Supplier’s performance using a scale of 1 to 10 in the grid below

Key

Totally dissatisfied

Mostly dissatisfied

Neither satisfied nor dissatisfied

Mostly satisfied

Totally satisfied

1 2 3 4 5 6 7 8 9 10

Category of Work

Value

(For consultants this the fee

value)

Date contract

was completed

Overall quality of product or

comm

ission

Overall quality of service

Defects at the time of delivery

or completion

Completion of contract to

agreed cost

Contract completed to agreed

time

Safety

For example: Building (Design &

Construct)

£ Amount highest value refs available

Month / Year 9 8 9 8 9 8

Page 29: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

29

Reference completed by:

Your name:

Organisation:

Position in organisation:

Signature:

Email address:

Phone number: Date:

Please return this form to: via the london tenders portal

Page 30: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

30

Appendix 2 The financial appraisal of your accounts will be calculated using the formula below: Our notation formula has been developed over a period of years by key buyers, industry leaders and government bodies. The formula looks at a supplier’s financial ability and established track record for successfully delivering contracts in each category to a certain value. The notation is calculated as the lowest of three calculations that bring together the last reported annual turnover, net assets and the average value of references obtained. It is based on the original criteria agreed with buyer and supplier working groups.

Finance Factor Turnover divided by 3 1,000,000 333,333 Net assets multiplied by 5 150,000 750,000 Average sum of above 1,083,333 = 541,667 Reference Factor

Sustained proof of service or product multiplied by reference factor 200,000 3 = 400,000

Provisional notation finance and reference factors averaged 941,669

= 470,833

The finance and reference factor average is then compared to: Reference factor cap Highest average reference increased by 25% 400,000 = 500,000 100,000 Turnover cap Turnover per accounts reduced by 25% 1,000,000 = 750,000 250,000

*In recognition of the variation in the frequency of work and likely contract values, a reference factor will be allocated to each work category which enables different specialism’s to be compared on a like for like basis. The highest multiple is 3 and will change according to product and service.

Lowest of these three figures

Page 31: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

1

Pre-Qualification Questionnaire (“PQQ”)

MAJOR HOUSING WORKS

Instructions to Providers

V 1.2

Version Nr Date of Change Brief Description of Change (s) V 1.1 02/10/2014 Page 5 : Notation Value revised.

Page 8 : 8. Evaluating Pre-Qualification Questionnaires/Scoring Mechanism has been revised to provide additional clarity. Page 11 : delete reference to ‘Civic Centre refurbishment requirement’ replace with ‘works define above in section 2 ‘General Requirements’. Page 11, 2nd table : score on table has been amended from ‘0-5’ to ‘0-4’. Page 12, 1st table : score on table has been amended from ‘0-5’ to ‘0-4’. Page 12, 2nd - table Scoring Mechanism : removing the score of 5. Page 13 : Clarification regarding References has been added.

V 1.2 13/10/14 Page 11 : Question S1-Q3 – status of question has changed from ‘Scored’ to ‘Information Only’. Page 11 : Table has changed, S1-Q3 is now marked ‘For Information Only’. S1-Q1 : sub-weighting has changed from ‘5%’ to ‘10%’. S1-Q2 : sub-weighting has changed from ‘10%’ to ‘15%’.

PLEASE READ THESE INSTRUCTIONS CAREFULLY BEFORE PREPARING

YOUR SUBMISSION.

Page 32: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

2

Contents

1. Introduction ........................................................................................................................................ 3

2. General Requirements ........................................................................................................................ 3

3. Framework Agreement ....................................................................................................................... 4

4. Outline Timetable ............................................................................................................................... 5

5. Additional Information ........................................................................................................................ 5

6. Freedom of Information ..................................................................................................................... 6

7. Instructions for Completion ................................................................................................................ 6

8. Evaluating Pre-Qualification Questionnaires/Scoring Mechanism ..................................................... 8

9. Submission of Completed Pre-Qualification Questionnaires ........................................................... 14

10. Consortia and sub-contracting ........................................................................................................ 14

11. Queries about the procurement ..................................................................................................... 14

12. Provider Selection ........................................................................................................................... 15

13. Parent Company Guarantee / Performance Bond .......................................................................... 15

Appendicies

A. Decent Homes Works Indicative Programme - 2015-2016 .............................................................. 17

Page 33: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

3

1. Introduction This Pre-Qualification Questionnaire (“PQQ”) relates to the procurement project advertised by the London Borough of Enfield (“the Authority” or “the Council”) in the OJEU dated 15.09.14, and is a Restrictive Procedure procurement being conducted in accordance with the Public Contract Regulations 2006 (as amended). No information contained in this PQQ or in any communication made between the London Borough of Enfield, (“the Authority”) and any Provider in connection with this PQQ shall be relied upon as constituting a contract, agreement or representation that any contract shall be offered in accordance with this PQQ. The Authority reserves the right, subject to the appropriate procurement regulations, to change without notice the basis of, or the procedures for, the competitive tendering process or to terminate the process at any time. Under no circumstances shall the Authority incur any liability in respect of this PQQ or any supporting documentation. Direct or indirect canvassing of any Council Member, public sector employee or agent by any Provider concerning this requirement, or any attempt to procure information from any Council Member, public sector employee or agent concerning this PQQ may result in the disqualification of the Provider from consideration for this requirement. 2. General Requirements The London Borough of Enfield (the Council) wishes to enter into a framework agreement with multiple suppliers for the procurement of a programme of major works to its existing housing stock. Works will include Decent Homes works; internal refurbishment including the renewal and remodelling of kitchens and bathrooms; ; external envelope works including window replacement, roofing, over-cladding and structural repair works; extensions including prefabricated pod units; services upgrading and replacement (individual and communal systems including heating, electrical, gas and water, above and below ground drainage); renewal of passenger lift installations; energy efficiency works; fire precautions works; district heating schemes; estate environment and security improvements including door entry systems as required to a large portfolio of occupied residential flats and houses of widely varying age, size, condition and constructional type. Some works inclusive of constructor design. The proposed works require a high level of tenant and leaseholder consultation as the works will be carried out with tenants in situ. Individual contracts will be procured by means of mini-competition, or by direct call-off in limited circumstances. Some of the works may be carried out using grant monies provided by energy companies under The Electricity and Gas (Energy Companies Obligation) Order 2012 (ECO Works). The Council intends to enter into each Framework Agreement with each of the successful contractors for a period of 48 months although Call Offs may extend beyond the 48 month period of the Framework Agreement. The Council is creating this Framework Agreement does not guarantee any minimum levels of expenditure, quantity, allocation or value of works to any suppliers under this Framework Agreement. Contracts will be managed by the Council and in respect of works to existing buildings and estates by its wholly owned company Enfield Homes Ltd acting as its agent until its dissolution which is expected to take place in April 2015 whereupon management will revert to the Council. Contracts may be administered by consultants appointed by The Council.

Page 34: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

4

The Council reserves the right not to award a contract or to award a contract for parts or parts of the programme advertised pursuant to this notice. The Council makes no guarantee as to the amount or value of work awarded under the Framework. Call-off contracts will be based on the JCT 2011 / PPC2000 suite of contracts, which will be amended to include the Council’s own amendments. The choice of contract will be at the Council's discretion and will depend on the complexity and scale of, and level of design required for each project. Under the Framework Agreements and call-off contracts the successful contractors and their supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may in particular include social and environmental considerations. The contracts will contain obligations to enter into training and employment initiatives relating to the programmed building works. There is an expectation that the appointed contractors will actively engage with local suppliers and other relevant SMEs. The invitation to tender will include one project (Lytchet Way) to be called off under the Framework Agreement. The project will be fully specified within the invitation to tender and awarded to the top-ranked supplier who is appointed to the Framework Agreement and whose tender for that project is assessed as representing best value to the Council. See Appendix A of the Pre-Qualification Questionnaire ‘Instructions to Providers’ for provisional information on contracts that are envisaged to be awarded in the first year of the framework agreement and for summary details of the Lytchet Way contract. 3. Framework Agreement The successful provider(s) shall be admitted to a framework agreement. The call off element of the Framework Agreement shall be activated when the Authority or a Contracting Body raises a call off order (each call off order being a contract in its own right). Any specific requirements (within the confines of the scope of the OJEU Contract Notice) for any Contracting Body shall be annotated in the call off order. In the event that several providers have been admitted to a framework agreement a Contracting Body, in accordance with the Public Procurement Regulations 2006, may need to hold a mini competition with providers for the provision of the call off order if they are not capable of identifying the most suitable provider to meet their requirements on the terms laid down in the framework agreement. The Framework Agreement will be for a period of 4 years. Call Offs may extend beyond the 48 month period of the Framework Agreement. The Council is creating this Framework Agreement does not guarantee any minimum levels of expenditure, quantity, allocation or value of works to any suppliers under this Framework Agreement. Call-off contracts will be based on the JCT 2011 / PPC2000 suite of contracts, which may be amended to include the Council’s own amendments. The choice of contract will depend on the complexity and scale of, and level of design required for each project.

Page 35: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

5

4. Outline Timetable Set out below is the proposed procurement timetable. This is intended as a guide and whilst the Authority does not intend to depart from the timetable it reserves the right to do so at any stage. Target Date Activity

15.09.14 OJEU notice published with PQQ made available to Providers 02.10.14 Provider Open Day 03.10.14 Deadline for provider queries. 15.10.14 PQQ return date (12 noon) 22.10.14 Evaluation of PQQ’s completed 29.10.14 Invitation to Tender (“ITT”) issued to selected Providers 08.12.14 Tender return date

December 2014 Evaluation of tender’s completed

January / February

2015 Provisional Contract Award

5. Additional Information The Council has adopted Constructionline, the UK government certification service for construction-related contractors, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity. If you are already registered with Constructionline, you will not need to complete our full PQQ – simply supply your Constructionline membership number and complete the project specific supplementary questions S1, S2 and S3. Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for Building (General) - 45210000-2 and have a Notation Value of £20,000,000.00 or above in place. You must do this by 10.10.14 to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Andy Preston on 07584703352 or [email protected] for assistance. Applications not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract notice please contact Tom Jackson on 07712391082 or [email protected] You will need to start the registration process as soon as possible and ensure that you achieve a fully registered status by 08.10.14. Suppliers not registered with Constructionline will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the pre-qualification requirements, through the completion of a full questionnaire. The Authority is using electronic procurement (www.londontenders.org) to undertake this procurement process. Note that e-mailed and / or faxed submissions, whether in full or in part, will NOT be accepted and will result in the PQQ being rejected.

Page 36: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

6

All requests for clarification or further information in respect of this PQQ shall be sent via the eTendering system (www.londontenders.org). No approach of any kind in connection with this PQQ shall be made to any other person within, or associated with, the Authority. The PQQ is being provided on the same basis to all Providers. The Authority expressly reserves the right to require a Provider to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in this PQQ. The Authority will not reimburse any costs incurred by Providers in connection with preparation of their responses to this PQQ. 6. Freedom of Information The Authority is committed to open government and to meeting their legal responsibilities under the Freedom of Information Act 2000. Accordingly, all information submitted to a public authority may need to be disclosed by the public authority in response to a request under the Act. The Authority may also decide to include certain information in the publication scheme, which the Authority maintains under the Act. If a Provider considers that any of the information included in their PQQ is commercially sensitive, it must identify it and explain (in broad terms) what harm may result from disclosure if a request is received, and the time period applicable to that sensitivity. Providers must be aware that, even where they have indicated that information is commercially sensitive, the Authority might be required to disclose it under the Act if a request is received. Providers must also note that the receipt of any material marked ‘confidential’ or equivalent by the Authority shall not be taken to mean that the Authority accepts any duty of confidence by virtue of that marking. 7. Instructions for Completion Providers must follow the instructions outlined below when completing this PQQ. Where any Provider believes that any part of the PQQ documentation is ambiguous, capable of more than one meaning or inconsistent the Provider must raise this as a clarification question during the preparation period prior to the final date for return of the PQQ or tender, in accordance with the timescales identified. This provision is applicable to all parts of the tender documentation but is of particular relevance in relation to the evaluation of tender submissions. Claims made by Tenderers that, any part of the documentation was ambiguous or capable of more than one meaning or inconsistent, made after the final date for return of tenders will not be considered unless the Tenderer has specifically and fully raised the issue in the manner set out above. Guidance Notes detailing how to download the documents, upload your responses and raise questions regarding the PQQ, can be found within the ‘Supplier Guides’ shown on the ‘Suppliers Area’ of ProContract:

Page 37: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

7

https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm Potential Providers shall ensure that any documents comprising the PQQ which require a signature are signed by hand and included within your submission. Potential Providers shall register their intent to respond using the button shown on ProContract and be bound by any Conditions stated within the PQQ. All submissions are to be made via the www.londontenders.org Portal.

To complete an online form, Potential Providers shall use the ‘Response Wizard’ button shown above. Potential Providers shall then follow the instructions outlined below when completing this PQQ. Providers must answer all questions as accurately and concisely as possible in the same order as the questions are presented. Where a question is not relevant to the Provider’s organisation, this shall be indicated, with an explanation. Please limit all responses to a maximum of 500 words, unless specified otherwise for particular question(s). The relevant section may be marked at a score of zero if this word limit is exceeded. The PQQ Response should be completed in the English (UK) language and responses to questions must be provided in Arial Font 12, single spacing. Do not answer questions by cross referring to materials, content, case studies or reports published on external sources to the PQQ such as websites or to answers provided elsewhere in a PQQ Response. Each individual answer must be complete in its own right. No additional attachments should be submitted with the PQQ Response unless they have been specifically requested. Any such additional documents not requested will not be evaluated. The information supplied will be checked for completeness and compliance before responses are evaluated. Responses will be evaluated in accordance with the procedures set out in “Provider Selection”. In the event that the responses from all suppliers (or a number of suppliers such that a true

Page 38: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

8

competition may not be conducted) are deemed unsatisfactory, the Authority reserves the right to terminate the procurement. Failure to furnish the required information, make a satisfactory response to any question, or supply documentation referred to in responses, within the specified timescale, may mean that a Provider is not invited to participate further. The Authority is not bound to shortlist any organisation that submits a completed questionnaire and reserves the right to abandon processes at any time at no cost to the Authority. Further, any action on the part of the Authority or the applicant which might be construed as creating a legal relationship will not be construed as such, save as may be inferred at law, or there is specific correspondence or agreement creating a contractual relationship. 8. Evaluating Pre-Qualification Questionnaires/Scoring Mechanism The assessment criteria is set out against each question within the PQQ. Questions will be assessed on the following basis:- Pass/Fail Where Applicants are required to provide information and/or responses that must achieve a “pass” to ensure that further assessment is undertaken. Where information requested is not provided – then the questionnaire will be deemed as incomplete and may not be further assessed; The information supplied by Applicants will first be checked for completeness and compliance before responses are assessed. PQQ responses will then be assessed to ascertain whether they pass the relevant “pass/fail” criteria as follows:- Section of PQQ Question Ref C2: Financial Information C2 C3: Business and profession standing C3 C4: Health and Safety Policy and Capability C4 S3: Supplementary Insurance Requirements S3 C2: Financial Information Please see Appendix 2 – Financial Appraisal of the PQQ for details on how your financial status will be appraised. C3: Business and Profession Standing This section is comprised of the following sub-sections: C3-Q1- Q3 : Core question The questions in this sub-section have a discretionary ‘Manual Pass / Fail’ criteria and if the Applicant cannot answer “NO” to every question there may be doubts about the propriety of the organisation. However, the Authority will consider any information that the Applicant provides which clearly indicates that any past conduct or problem has been resolved and that steps have been taken to prevent its recurrence.

Page 39: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

9

C3 - QP1-1a to QP1-1g : Mandatory reasons for exclusion This question has an ‘Automatic Pass / Fail’ criteria and if the Applicant cannot answer “NO” there will be serious doubts about propriety and the Authority is obliged to reject them from the procurement process. C3 – QP2 : Discretionary reasons for exclusion The questions in this sub-section have a discretionary ‘Manual Pass / Fail’ criteria and if the Applicant cannot answer “NO” to every question there may be doubts about the propriety of the organisation. However, the Authority will consider any information that the Applicant provides which clearly indicates that any past conduct or problem has been resolved and that steps have been taken to prevent its recurrence. C3 – Supplementary Questions The questions in this section are for information only, with the exception of question 2 which has a discretionary ‘Manual Pass / Fail’ criteria and if the Applicant cannot answer “NO” to this question there may be doubts about the propriety of the organisation. However, the Authority will consider any information that the Applicant provides which clearly indicates that any past conduct or problem has been resolved and that steps have been taken to prevent its recurrence. C4: Health and Safety Policy and Capability This section is comprised of the following sub-section: C4-Q1 : Exemptions If your organisation meets the criteria and you provide supporting evidence, then you do not need to complete this section, the validity of your health and safety certificate will be checked. If you are claiming exemption then please ensure that your certificates meet the criteria, is valid and that a copy is provided. If your organisation is NOT claiming exemption than you are required to complete the health and safety questions C4-Q3 to C4-Q20. C4 - Q3 to Q20 : Health and Safety Question The questions in this subsection have a discretionary ‘Manual Pass / Fail’ criteria. Organisations are required to provide a response that demonstrates the requirement as set out in each of the questions. Organisations must also provide the evidence to support their response. The Authority will consider the response and any information that the Applicant provides which clearly indicates that they meet the requirements as set out in each of the questions. S3: Supplementary Insurance Requirements The questions in this section are ‘Not Scored’ and have been allocated ‘Automatic Pass/Fail’ criteria. Applicants shall confirm that they meet the Authority’s minimum insurance thresholds below. Those Applicants who cannot confirm that they meet the Authorities insurance levels; and cannot commit to provide the insurance to the Authorities insurance levels should they be successful will be allocated a ‘FAIL’ and that a response that has ‘FAILED’ will ‘NOT’ allow the Applicants submission to

Page 40: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

10

be evaluated any further and they will be excluded from any further consideration in the process, unless they have submitted a response signifying they are willing to increase their policies to the required minimum thresholds for any single occurrence. S3-Q1-1 Employers Liability Insurance, £10 million unlimited minimum threshold for any single

occurrence. S3-Q1-2 Public Liability Insurance, £5 million unlimited minimum threshold for any single

occurrence. S3-Q1-3 Professional Indemnity Insurance, £1 million unlimited minimum threshold for any

single occurrence. Information Only Where Applicants are required to provide information only. The information supplied by Applicants will first be checked for completeness and compliance before responses are assessed. “Information Only” questions will not be assessed and scored. Responses will be considered in as far as they relate to the circumstances set out in Regulation 23 of the Public Contracts Regulations 2006 and/or as verification of any answers provided in relation to other questions as part of this PQQ. Applicants must keep the Authority notified of any material change (or foreseeable potential change) to their standing which may affect the answers given in this PQQ. The Authority reserves the right to check information provided and exclude Applicants if the information provided within their PQQ submission cannot be positively verified. The Authority reserves the right to review the financial assessment of an Applicant during the tender process to ensure the Applicant’s financial viability and stability has not changed since the PQQ assessment. Please note if any of the information provided in response to this PQQ changes at any subsequent stage in the Procurement process, the Applicant is required to notify the Authority immediately in writing. In the case of a Consortium it is the responsibility of the Lead Applicant to notify the Authority. In the case of a sub-contracting arrangement it is the responsibility of the Prime Contractor to notify the Authority. Section of PQQ Question Ref C1: Supplier identity, key roles and contact information C1 O2: Environmental management policy and capability O2 O3: Quality management policy and capability O3 Scored Assessment Where Applicants will be assessed based on their response to the questions. Applicants who achieve a “pass” against all of the “pass/fail” criteria will then be scored in accordance with the weightings and specific scorings as indicated in the PQQ. Below is a summary of the key weightings for each section:-

Page 41: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

11

Section of PQQ Weighting S1: Organizational technical and/or professional capability 90% S2: Equal opportunity and diversity policy and capability 10% TOTAL 100% Each scored question will be marked out of 5; the assessment criteria is set out below. S1: Organizational technical and/or professional capability (Weighting 90%). The questions in this section have a ‘Scored’ and weighted criteria allocated to them (except for S1-Q3 which is ‘For Information Only’)and will assess the technical ability, capability and experience of the Applicant to provide the works define above in section 2 ‘General Requirements’. The ‘Scored’ and sub-weighted questions will be assessed and scored in accordance with the following: Question

No Sub-

weighting Response Score Question

S1-Q1 10% Text / Attachment

0 - 4 State the number of staff and operatives employed direct in relation to contracts for works similar to those which are the subject of this PQQ.

S1-Q2 15% Text / Attachment

0 – 4 Does your organisation have the necessary numbers of staff to undertake the work that is the subject of this prequalification questionnaire?

S1-Q3 N/A Text / Attachment

for information

only

Does your organisation have the necessary trade associations etc to are required as part of this prequalification questionnaire?

S1-Q4 45% Text / Attachment

0 – 4 Does your organisation have the required experience and competency in carrying out activities of the same or similar work categories that are the subject of this prequalification questionnaire?

S1-Q5 30% Text / Attachment

0 - 4 Does your organisation have the necessary experience in providing customer care which is subject of this prequalification questionnaire?

NOTE: It is important to note that a score of two (2) or less awarded to any individual question of this section will not have their submission evaluated any further and will be excluded from the process. S2: Equal opportunity and diversity policy and capability (Weighting 10%). The questions in this section have a ‘Scored’ and weighted criteria allocated to them (except for questions S2-Q3 and S2-Q4 which are ‘Not Scored’ and for information only and question S2-Q5 which has a ‘Manual Pass / Fail’ criteria allocated to it) and will assess the Applicants policies and procedures in relation to equality and diversity codes of practice, including compliance with current legislation.

Page 42: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

12

The ‘Scored’ and sub-weighted questions will be assessed and scored in accordance with the following: Question

No Sub-

weighting Response Score Question

S2-Q1 40% Text / Attachment

0 - 4 As an Employer, do you meet the requirements of the positive equality duties in relation to the Equalities Act 2010? (Applies to both public and private procurement exercises).

S2-Q2 20% Text / Attachment

0 - 4 Is it your policy as an employer to comply with anti-discrimination legislation, and to treat all people fairly and equally so that no one group of people is treated less favourably than others?

S2-Q6 20% Text / Attachment

0 - 4 What does your organisation do to ensure that equality and diversity is embedded within your organisation?

S2-Q7 20% Text / Attachment

0 - 4 What does your organisation do to actively promote good practice in terms of eliminating discrimination in all forms?

NOTE: It is important to note that a score of two (2) or less awarded to any individual question of this section will not have their submission evaluated any further and will be excluded from the process. Applicants are to ensure that copies of any relevant supporting documentation are attached as part of their submission response. Applicants are to note that if their response to questions S2-Q3 and/or S2-Q4 is ‘Yes’ and inadequate or no information has been provided in response to question S2-Q5, indicating that any past conduct or problem has been resolved and remedial actions have been put into place to prevent its recurrence may result in the Applicant’s exclusion from further participation in the procurement process. Scoring Mechanism

Score Score Comment Score Rationale

4 Good Response The PQQ response demonstrates that the Applicant has no deficiencies in their experience, expertise and technical capacity as required to deliver the services.

3 Acceptable Response The PQQ response demonstrates that the Applicant has some minor deficiencies in their experience, expertise and technical capacity required to deliver the services. These deficiencies would not be detrimental to the overall delivery of the services.

Page 43: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

13

2 Unsatisfactory Response The PQQ response demonstrates that the Applicant has shortfalls in their experience, expertise and technical capacity required to deliver the services and that there would be some detriment to the delivery of the services.

1 Unacceptable Response The PQQ response demonstrates that the Applicant has material deficiencies in their experience, expertise and technical capacity required to deliver the services indicating that there would be serious difficulties or inability in delivering the services.

0 Non-compliant Response The PQQ response has not provided relevant information or any evidence concerning their experience, expertise and technical capacity required to deliver the services. A Non-compliant Response may render the bidders submission being rejected [at the sole discretion of the Authority] with no further evaluation of the PQQ being undertaken.

Weightings have been allocated to questions / sections in accordance with the importance attributed to them by the manager responsible for procuring the contract. Throughout the PQQ each question is shown whether a response is mandatory or not including any weighting attributed. The outcomes of the scoring against the set criteria will be included in the successful and unsuccessful PQQ evaluation result letters to applicants and any responses to queries regarding the scoring will be only responded to in reference to the scoring criteria provided. References Non Constructionline members are required to provide at least two references, and must be related to the works define in the ‘PQQ – Instruction to Providers’ document, section 2 ‘General Requirements’. The references provided must relate to work that falls into the work category of Building (General) – 4510000-2, references provided that do not fall within this category will not be accepted. The references must be for work completed no more than three years ago. There are 6 performance elements adjudicated in each reference. With regards to references, it is clear that the higher the value of work identified by the reference, then the higher the reference factor will be. A supplier can provide a number of lower value references, but they will need to be from the same client and cover a period of no more than 1 year, these can then be aggregated together. All performance elements must score a rating of 7 or above to be used. Information Required

Page 44: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

14

A fully completed reference form is required. The reference must be uploaded as part of your submission. The Verification The reference is examined for correct completion, possible fraudulent submission and that all performance factors have achieved a score of 7 or above. Any reference that achieves a score of less than 7 will require further investigation and if necessary the supplier will be asked to obtain a further reference. If still unsatisfactory then the application will be rejected. References are verified by contacting the referee either by phone or email. 9. Submission of Completed Pre-Qualification Questionnaires Providers must submit their completed PQQ via the Authority’s eTendering system (www.londontenders.org) no later than 12:00 noon, Wednesday 15th October 2014. Completed PQQ’s may be submitted at any time before the closing date. Please note that completed PQQ’s received after the closing date may be rejected. Providers must keep their contact details on the eTendering tool up to date or they will be unable to receive communications from the Authority. 10. Consortia and sub-contracting Where a consortium or sub-contracting approach is proposed, all information requested must be given in respect of the proposed prime contractor or consortium leader. Relevant information must also be provided (as indicated in the PQQ) in respect of consortium members or sub-contractors who will play a significant role in the delivery of the requirements under any ensuing framework agreement. Responses must enable the Authority to assess the overall consortia or core supply base. Where the proposed prime contractor is a special purpose vehicle or holding company, information must be provided of the extent to which it will call upon the resources and expertise of its members. The Authority recognises that arrangements in relation to consortia and sub-contracting may (within limits) be subject to future change. Providers must therefore respond in the light of the arrangements as currently envisaged. Providers are reminded that any future change in relation to consortia and sub-contracting must be notified to the Authority so that it can make a further assessment by applying the selection criteria to the new information provided. 11. Queries about the procurement The Authority will not enter into detailed discussion of the requirements at this stage. Any questions about the procurement must be submitted in writing via the ‘Discussion’ area of the eTendering system, by the deadline indicated in the Section 4 ‘Outline Timetable’.

Page 45: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

15

If the Authority considers any question or request for clarification to be of material significance, both the question and the response will be communicated, in a suitably anonymous form, to all Providers who have responded; have expressed an interest, or those that show an interest before the closing date for the submission of the PQQ. All responses received and any communication from Providers will be treated in confidence but will be subject to the Freedom of Information Act. The Authority will endeavour to answer any questions or requests for clarification, provided they are received prior to the deadline set under [insert relevant section], and provided the Authority considers any such request to be appropriate for reply. 12. Provider Selection The objective of the qualification process is to assess the responses to the PQQ and select Providers to proceed to the next stage of the procurement. The Authority may disqualify any Providers who fail to:

1. comply with the requirements of Regulation 23 of the Public Contracts Regulations 2006 (as amended) and/or fails to certify at Section 8 that it has fulfilled these requirements,

2. provide a satisfactory response to any questions in the PQQ or inadequately or incorrectly

completes any question, 3. submit its completed PQQ after deadline.

The Providers who comply with the above grounds shall be evaluated on the qualification criteria listed under Section 8 ‘Evaluating Pre-Qualification Questionnaires/Scoring Mechanism’ of this document which takes into account the economic and financial standing and the technical or professional ability of the Provider and will be in accordance with Regulations 23-26 of the Public Contracts Regulations 2006 (as amended). A shortlist of Providers will be drawn up and invited to tender. It is envisaged that a maximum of 12 Providers will be shortlisted for the next stage of the process. The Authority may seek independent financial and market advice to validate information declared or to assist in the evaluation. The Authority reserves the right to obtain references, conduct reference site visits; ask for demonstrations; and/or presentations as part of the PQQ process. Evaluation of tenders at the award stage will be undertaken in accordance with the high-level evaluation criteria that will be published in the invitation to tender documentation. 13. Parent Company Guarantee / Performance Bond If considered appropriate by the Authority, a Parent Company Guarantee may be requested from the ultimate parent company or some intermediary holding company. The Authority will provide

Page 46: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

16

details of the requirement during the tender stage. Companies must be prepared to provide such guarantee, if requested. The Authority will require the successful tenderer to execute a Performance Bond for 10% of the tender sum. The Authority will provide details of the bond required within the Invitation to Tender. Applicants must be prepared to provide a Performance Bond.

Page 47: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

17

Appendix A – Decent Homes Works Indicative Programme - 2015-2016

Page 48: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

18

Decent Homes Works Indicative Programme - 2015-2016

PROJECT PROJECT NO.

NUMBER OF UNITS WORK TYPES

CAMBRIDGE ROAD EAST 1 95 External works: roof, windows, structural repairs

CAMBRIDGE ROAD WEST 2 264 External works: roof, windows, structural repairs

ENFIELD TOWN 3 218 External works: roof, windows, structural repairs

LAVENDER HILL 4 104 External works: roof, windows, structural repairs

CHURCHBURY LANE 5 158 External works: roof, windows, structural repairs

WINCHMORE HILL 6 175 External works: roof, windows, structural repairs

BARROWFIELD CLOSE 7 246 External works: roof, windows, structural repairs

EDMONTON GREEN 8 216 External works: roof, windows, structural repairs

SUFFOLK ESTATE PODS Phase 1 9 72 Bathroom Pods

SUFFOLK ESTATE PODS Phase 2 10 55 Bathroom Pods

SUFFOLK ESTATE PODS Phase 3 11 59 Bathroom Pods

ASHBURTON & CREDITON 12 30 External works: roof, windows, structural repairs

ALMA HOUSE 13 45 External works: roof, windows, structural repairs

BRIMSDOWN ESTATE PODS 14 188 Bathroom Pods

JOYCE AVENUE 15 299 External works: roof, windows, structural repairs

EASTFIELD/EXETER ROAD 16 339 Heating

VARIOUS ADDRESSES 17 1200 Kitchen & Bathrooms

Page 49: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

Memorandum of Information (MOI-1) Constructionline The Council has adopted Constructionline to reduce the administrative burden on suppliers wishing to apply for this opportunity. If you are already registered with Constructionline, you will not need to complete the full PQQ – simply supply your Constructionline membership number and complete the project specific supplementary questions. Applications not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. Suppliers not registered with Constructionline will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the pre-qualification requirements, through the completion of a full questionnaire. Evaluating Pre-Qualification Questionnaires/Scoring Mechanism Section C3: Business and professional standing This section is comprised of the following sub-sections: C3-Q1- Q3 : Core question The questions in this sub-section have a discretionary ‘Manual Pass / Fail’ criteria and if the Applicant cannot answer “NO” to every question there may be doubts about the propriety of the organisation. However, the Authority will consider any information that the Applicant provides which clearly indicates that any past conduct or problem has been resolved and that steps have been taken to prevent its recurrence. C3 - QP1-1a to QP1-1g : Mandatory reasons for exclusion This question has an ‘Automatic Pass / Fail’ criteria and if the Applicant cannot answer “NO” there will be serious doubts about propriety and the Authority is obliged to reject them from the procurement process. C3 – QP2 : Discretionary reasons for exclusion The questions in this sub-section have a discretionary ‘Manual Pass / Fail’ criteria and if the Applicant cannot answer “NO” to every question there may be doubts about the propriety of the organisation. However, the Authority will consider any information that the Applicant provides which clearly indicates that any past conduct or problem has been resolved and that steps have been taken to prevent its recurrence. C3 – Supplementary Questions The questions in this section are for information only, with the exception of question 2 which has a discretionary ‘Manual Pass / Fail’ criteria and if the Applicant cannot answer “NO” to this question there may be doubts about the propriety of the organisation. However, the Authority will consider any information that the Applicant provides which clearly indicates that any past conduct or problem has been resolved and that steps have been taken to prevent its recurrence.

Page 50: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

Section C3: Health and Safety Policy and Capability This section is comprised of the following sub-section: C4-Q1 : Exemptions If your organisation meets the criteria and you provide supporting evidence, then you do not need to complete this section, the validity of your health and safety certificate will be checked. If you are claiming exemption then please ensure that your certificates meet the criteria, is valid and that a copy is provided. If your organisation is NOT claiming exemption than you are required to complete the health and safety questions C4-Q3 to C4-Q20. C4 - Q3 to Q20 : Health and Safety Question The questions in this subsection have a discretionary ‘Manual Pass / Fail’ criteria. Organisations are required to provide a response that demonstrates the requirement as set out in each of the questions. Organisations must also provide the evidence to support their response. The Authority will consider the response and any information that the Applicant provides which clearly indicates that they meet the requirements as set out in each of the questions. Scored Assessment The Council has amended the scoring mechanism found in the ‘PQQ – Instructions to Providers’, removing the score of 5. The questions in section S1 & S2 have a ‘Scored’ and weighted criteria allocated to them, please refer to the amended version of the PQQ for details on how these questions will be assessed and scored. The weightings have remained unchanged. References Non Constructionline members are required to provide at least two references, and must be related to the works define in the ‘PQQ – Instruction to Providers’ document, section 2 ‘General Requirements’. The references provided must relate to work that falls into the work category of Building (General) – 4510000-2, references provided that do not fall within this category will not be accepted. The references must be for work completed no more than three years ago. There are 6 performance elements adjudicated in each reference. With regards to references, it is clear that the higher the value of work identified by the reference, then the higher the reference factor will be. A supplier can provide a number of lower value

Page 51: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

references, but they will need to be from the same client and cover a period of no more than 1 year, these can then be aggregated together. All performance elements must score a rating of 7 or above to be used. Information Required A fully completed reference form is required. The reference must be uploaded as part of your submission. The Verification The reference is examined for correct completion, possible fraudulent submission and that all performance factors have achieved a score of 7 or above. Any reference that achieves a score of less than 7 will require further investigation and if necessary the supplier will be asked to obtain a further reference. If still unsatisfactory then the application will be rejected. References are verified by contacting the referee either by phone or email. Financial Appraisal Reference Factor Change to the reference co-efficient from 2 to 3 Notation Value Change in the notation value from £36m to £20m

Page 52: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

CONTRACT NOTICE

SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESS AND CONTACT POINT(S)London Borough of EnfieldFRCS - Corporate Procurement, 4th Floor, Civic Centre, Silver StreetContact: Mr Tom StegglesEN1 3XA EnfieldTel: +44 2083758278Email: [email protected] Address(es)

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESRegional or local authorityGeneral public servicesThe contracting authority is purchasing on behalf of other contracting authorities: NO

SECTION II: OBJECT OF THE CONTRACT

II.1) TITLE ATTRIBUTED TO THE CONTRACTMajor Housing Works

II.1.2) TYPE OF CONTRACT AND LOCATIONWorksMain site or location of works, place of delivery or performanceThe London Borough of Enfield and at 2 estates outside the borough boundary.NUTS Code: UKI21

II.1.3) THE NOTICE INVOLVESThe establishment of a framework agreement

II.1.4) INFORMATION ON FRAMEWORK AGREEMENTFramework agreement with several operatorsMax number of participants to the framework agreement envisaged 8Duration of the framework agreement: Duration in year(s): 4Estimated total value of purchases for the entire duration of the framework agreement estimatedcost excluding VATRange: between 90 000 000 and 110 000 000GBP

II.1.5) SHORT DESCRIPTION OF THE CONTRACT OR PURCHASEThe London Borough of Enfield (the Council) wishes to enter into a framework agreementwith multiple suppliers for the procurement of a programme of major works to its existinghousing stock. Works will include Decent Homes works; internal refurbishment includingthe renewal and remodelling of kitchens and bathrooms; ; external envelope works includingwindow replacement, roofing, over-cladding and structural repair works; extensions includingprefabricated pod units; services upgrading and replacement (individual and communal systemsincluding heating, electrical, gas and water, above and below ground drainage); renewal ofpassenger lift installations; energy efficiency works; fire precautions works; district heatingschemes; estate environment and security improvements including door entry systems as requiredto a large portfolio of occupied residential flats and houses of widely varying age, size, conditionand constructional type. Some works inclusive of constructor design. The proposed works requirea high level of tenant and leaseholder consultation as the works will be carried out with tenantsin situ. Individual contracts will be procured by means of mini-competition, or by direct call-offin limited circumstances. Some of the works may be carried out using grant monies provided byenergy companies under The Electricity and Gas (Energy Companies Obligation) Order 2012

Page 53: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

(ECO Works). The Council intends to enter into each Framework Agreement with each of thesuccessful contractors for a period of 48 months although Call Offs may extend beyond the 48month period of the Framework Agreement. The Council is creating this Framework Agreementdoes not guarantee any minimum levels of expenditure, quantity, allocation or value of worksto any suppliers under this Framework Agreement. Contracts will be managed by the Counciland in respect of works to existing buildings and estates by its wholly owned company EnfieldHomes Ltd acting as its agent until its dissolution which is expected to take place in April 2015whereupon management will revert to the Council. Contracts may be administered by consultantsappointed by The Council. The Council reserves the right not to award a contract or to awarda contract for parts or parts of the programme advertised pursuant to this notice. The Councilmakes no guarantee as to the amount or value of work awarded under the Framework. Call-offcontracts will be based on the JCT 2011 / PPC2000 suite of contracts, which will be amendedto include the Council’s own amendments. The choice of contract will be at the Council'sdiscretion and will depend on the complexity and scale of, and level of design required for eachproject. Under the Framework Agreements and call-off contracts the successful contractorsand their supply chain will be required to actively participate in the achievement of socialand/or environmental policy objectives relating to recruitment and training and supply chaininitiatives. Accordingly the contract performance conditions may in particular include social andenvironmental considerations. The contracts will contain obligations to enter into training andemployment initiatives relating to the programmed building works. There is an expectation thatthe appointed contractors will actively engage with local suppliers and other relevant SMEs. Theinvitation to tender will include one project (Lytchet Way) to be called off under the FrameworkAgreement. The project will be fully specified within the invitation to tender and awarded tothe top-ranked supplier who is appointed to the Framework Agreement and whose tender forthat project is assessed as representing best value to the Council. See Appendix A of the Pre-Qualification Questionnaire ‘Instructions to Providers’for provisional information on contractsthat are envisaged to be awarded in the first year of the framework agreement and for summarydetails of the Lytchet Way contract.

II.1.6) COMMON PROCUREMENT VOCABULARY (CPV)Main Code45300000Additional Codes45400000, 50700000, 45260000, 45261900, 45262330, 45262650, 45262660, 45310000,45311000, 45313100, 45315000, 45315100, 45321000, 45324000, 45331100, 45331110,45332400, 45340000, 45410000, 45420000, 45421100, 45421151, 45430000, 45440000,

II.1.7) CONTRACT COVERED BY THE GPAYES

II.1.8) DIVISION INTO LOTSNo

II.1.9) VARIANTS WILL BE ACCEPTEDNO

II.2.1) TOTAL QUANTITY OR SCOPEExcluding VATRange: between 90 000 000 and 100 000 000GBP

II.2.2) OPTIONSNo

II.2.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETIONIn months: 48

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

Page 54: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

III.1.1) DEPOSITS AND GUARANTEES REQUIREDThe Council reserves the right to require bonds, guarantees, deposits and/or other appropriateforms of security. Details will be set out in the contract documents.

III.1.2) MAIN FINANCING CONDITIONS AND PAYMENT ARRANGEMENTSDetails in relation to financing conditions and payment arrangements will be set out in the contractdocuments.

III.1.3) LEGAL FORM TO BE TAKEN BY THE GROUP OF ECONOMIC OPERATORSPlease note the Council reserves the right to require groupings of contractors to take a particularlegal form or to require a single contractor to take primary liability or to require that each partyundertakes joint and several liability in the award and performance of the contract.

III.1.4) OTHER CONDITION TO WHICH THE PERORMANCE OF THE CONTRACT ISSUBJECT

YesUnder the Framework Agreements and call-off contracts the successful contractors andtheir supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chaininitiatives. Accordingly the contract performance conditions may in particular relate to social andenvironmental considerations. As shall be set out in the pre-qualification questionnaire and tenderdocumentation available from www.londontenders.org.

III.2.1) PERSONAL SITUATION OF ECONOMIC OPERATORSInformation and formalities necessary for evaluating if requirements are met:Any supplier may be disqualified who:(a) is bankrupt or is being wound up, where his affairs are being administered by the court, wherehe has entered into an arrangement with creditors, where he has suspended business activities or isin any analogous situation arising from a similar procedure under national laws and regulations;(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory windingup the administration by the court or of an arrangement with creditors or of any other similarproceedings under national laws and regulations;(c) has been convicted by a judgment which has the force of res judicata in accordance with thelegal provisions of the country of any offence concerning his professional conduct;(d) has been guilty of grave professional misconduct proven by any means which the contractauthorities can demonstrate;(e) has not fulfilled obligations relating to the payment of social security contributions inaccordance with the legal provisions of the country in which he is established or with those of thecountry of the contracting authority;(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legalprovisions of the country in which he is established or with those of the country of the contractingauthority;(g) is guilty of serious misrepresentation in supplying the information required under this Sectionor has not supplied such information;(h) has been the subject of a conviction for participation in a criminal organization, as defined inArticle 2(1) of Council Joint Action 98/733/JHA;(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Conventionrelating to the protection of the financial interests of the European Communities;(k) has been the subject of a conviction for money laundering, as defined in Article 1 of CouncilDirective 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for thepurpose of money laundering.In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23to 26 of the Public Contracts Regulation 2006 as amended from time to time andas set out in the pre-qualification questionnaire and tender documentation

Page 55: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

available from www.londontenders.org.

III.2.2) ECONOMIC AND FINANCIAL CAPACITYInformation and formalities necessary for evaluating if requirements are met:In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of thePublic Contracts Regulations 2006 as amended from time to time and set out inthe pre-qualification questionnaire and tender documentation available fromwww.londontenders.org.

III.2.3) TECHNICAL CAPACITYInformation and formalities necessary for evaluating if requirements are met:In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25of the Public Contracts Regulations 2006 as amended from time to time and asset out in the pre-qualification questionnaire and tender documentationavailable from www.londontenders.org.Minimum level(s) of standards possibly required

III.2.4) RESERVED CONTRACTS

III.3.1) EXECUTION OF THE SERVICE IS RESERVED TO A PARTICULAR PROFESSION

III.3.2) LEGAL ENTITIES SHOULD INDICATE THE NAMES AND PROFESSIONALQUALIFICATIONS OF THE STAFF RESPONSIBLE FOR THE EXECUTION OF THESERVICE

SECTION IV: PROCEDURE

IV.1.1) TYPE OF PROCEDURERestricted

IV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number of operators5Envisaged maximum number of operators: 12

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

IV.2.2) AN ELECTRONIC AUCTION HAS BEEN USEDNo

IV.3.1) FILE REFERENCE NUMBER ATTRIBUTED BY THE CONTRACTING AUTHORITYDNWC-9E8RKE

IV.3.2) PREVIOUS PUBLICATION(S) CONCERNING THE SAME CONTRACTNo

IV.3.3) CONDITIONS FOR OBTAINING SPECIFICATIONS AND ADDITIONALDOCUMENTS

No Payable DocumentsIV.3.4) TIME-LIMIT FOR RECEIPT OF TENDERS OR REQUESTS TO PARTICIPATE

15.10.2014 - 12:00IV.3.5) DATE OF DISPATCH OF INVITATIONS TO TENDERSIV.3.6) LANGUAGE(S) IN WHICH TENDERS MAY BE DRAWN UP

ENIV.3.7) MINIMUM TIME FRAME DURING WHICH THE TENDERER MUST MAINTAIN THETENDER

Duration in months 6 (from the date stated for receipt of tender)IV.3.8) CONDITIONS FOR OPENING TENDERS

Persons authorised to be present at the opening of tenders: YesAn authorised Officer of the Council.

Page 56: PRE-QUALIFICATION QUESTIONNAIRE (PQQ) for …...2 For this project, we have chosen to use Constructionline, the Government’s register of pre-qualified contractors and consultants

SECTION VI: COMPLEMENTARY INFORMATION

VI.1) THIS IS A RECURRENT PROCUREMENTNo

VI.2) CONTRACT RELATED TO A PROJECT FINANCED BY COMMUNITY FUNDSVI.3) ADDITIONAL INFORMATION

The Council has adopted Constructionline, the UK government certification service forconstruction-related contractors, consultants and material suppliers to reduce the administrativeburden on suppliers wishing to apply for this opportunity. If you are already registeredwith Constructionline, you will not need to complete our full PQQ – simply supply yourConstructionline membership number and complete the project specific supplementary questionsS1, S2 and S3. Please ensure you log-in to your Constructionline profile and confirm theinformation they hold on your company is accurate and that you are registered for Building(General) - 45210000-2 and have a Notation Value of £36,000,000 million or above inplace. You must do this by 10.10.14 to ensure any changes can be made to your informationprior to the closing date of this notice. Please contact Andy Preston on 07584703352 [email protected] for assistance. Applications not registered with Constructionline areencouraged to do so as this will simplify the pre-qualification process. To register in relation tothis contract notice please contact Tom Jackson on 07712391082 or [email protected] will need to start the registration process as soon as possible and ensure that you achievea fully registered status by 08.10.14. Suppliers not registered with Constructionline will not beprecluded from expressing an interest in this contract notice but will need to demonstrate that theymeet the pre-qualification requirements, through the completion of a full questionnaire. Additionalinformation also available from www.londontenders.org.

VI.4.1) BODY RESPONSIBLE FOR APPEAL PROCEDURESHigh Court of England and WalesRoyal Courts of Justice The StrandWC2A 2LL LONDONUKBODY RESPONSIBLE FOR MEDIATION PROCEDURESHigh Court of England and WalesRoyal Courts of Justice The StrandWC2A 2LL LONDONUK

VI.4.2) LODGING OF APPEALSVI.4.3) INFORMATION ABOUT THE LODGING OF APPEALS MAY BE OBTAINED

High Court of England and WalesRoyal Courts of Justice The StrandWC2A 2LL LONDONUK

VI.4.4) DATE OF DISPATCH OF THIS NOTICE15.9.2014