Top Banner
Pre-Qualification Questionnaire NWDA00296 Research Panel Including; Individual/Household Lifestyle Data And Geographical Intelligence Support NWDA00296 PQQ v12 040809 1
36
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: 20PQQ

Pre-Qualification QuestionnaireNWDA00296

Research Panel Including;

Individual/Household Lifestyle Data And

Geographical Intelligence Support

RETURN DATE FOR SUBMISSIONNot later than 12.00 noon on 14th September 2009

Issued 4th August 2009

NWDA00296 PQQ v12040809

1

Page 2: 20PQQ

CONTENTS

1. INTRODUCTION AND BACKGROUND

1.1 Purpose of the document

1.2 Scope of the requirement

1.3 Objectives of the requirement

1.4 Outline timetable for the procurement

1.5 Consortia and sub–contracting

1.6 Queries about the procurement process

1.7 Supplier/organisation contact point

2. EVALUATION APPROACH

2.1 Selection of suppliers to proceed to ITT stage

2.2 Evaluation Criteria

3. INSTRUCTIONS FOR THE RETURN OF THE COMPLETED PQQ DOCUMENTATION

3.1 Instructions for Completion

3.2 Important Notices

3.3 Freedom of Information legislation

4. PRE-QUALIFICATION QUESTIONNAIRE

A. Organisation identity

B. Organisation information

C. Compliance with EU legislation/UK procurement legislation

D. Quality assurance

E. Financial and economic capacity

F. Insurance

G. References

H. Disputes

I. Business capability

J. Technical capacity

K. Prime Contractor

L. Conflict of Interest

Form completed by

NWDA00296 PQQ v12040809

2

Page 3: 20PQQ

5. APPENDIX A

5.1 Public Contracts Regulations 2006 Statement relating to Good Standing

NWDA00296 PQQ v12040809

3

Page 4: 20PQQ

1. INTRODUCTION AND BACKGROUND

1.1 Purpose of this document

1) This PQQ is the first stage of the tender process and responses to this PQQ will enable the Agency to assess the ability, competence and financial standing of any Suppliers.

2) Selected organisations will be invited to participate further in the second stage of this process (Invitation to Tender).

3) This is a competitive procurement conducted in accordance with the Restricted Procedure under the EU Procurement Directives and as implemented in English Law in the Public Contracts Regulations 2006 (SI 2006 No.5) and such other UK regulations implementing its provisions as may be made from time to time.

4) Please read this PQQ carefully before attempting to answer any questions. All parts of the Questionnaire must be completed and supporting information and evidence must be supplied where appropriate or requested. 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 Suppliers will not be invited to participate further.

1.2 Scope of the requirement

The NWDA is seeking to establish a framework agreement for the provision of research services to support the work of the NWDA’s Regional Intelligence Unit, the Integrated Regional Strategy and the wider NWDA in supporting the Economic, Social and Environmental development of the Northwest region.

It is proposed that the Framework Agreement will consist of 5 Lots:

Lot 1 - Economic research services

Lot 2 - Social

Lot 3 - Environmental

Lot 4 - Data provision

Lot 5 - Geographical Intelligence Support

It is anticipated that the framework agreement will be in place for a period of 2 years, with the option to extend for up to a further 24 months.

Suppliers should note that being awarded onto the Framework Agreement does not guarantee the award of any individual contracts under the Framework Agreement.

Although services will be called off by the Agency, the Agency is working in collaboration with other Public Sector Organisations (PSOs) in putting in place a Pan Government Framework Agreement for use by the following organisations:

4 Northwest

Government Office Northwest

The five sub-regional partnerships in the Northwest

Cheshire & Warrington Economic Alliance

Cumbria Vision

Greater Manchester ForumNWDA00296 PQQ v12040809

4

Page 5: 20PQQ

Lancashire Economic Partnership

The Mersey Partnership

The other eight English Regional Development Agencies:

One North East

Yorkshire Forward

Advantage West Midlands

East Midlands Development Agency

East of England Development Agency

South West of England Regional Development Agency

South East of England Development Agency

London Development Agency

At their own discretion, other Northwest of England organisations may choose to participate in this Framework Agreement, such as local authorities and/or any other public body or government department and their arms length bodies, agencies or any other third parties who are responsible for the provision of such research services.

1.3 Objectives of the requirement

The purpose of this Framework is to provide a panel of expertise for the Agency and its partners as listed in 1.2 above for specific research projects within the region.

For examples of previous research work carried out by the Agency please visit www.nwriu.co.uk The Framework Agreement will be divided into the following Lots:

Lot 1:

A panel of specialist economic research solution providers; this may cover but is not limited to activities such as:

Development of economic intelligence from data and information Cause effect analysis of GVA Economic profiling of the region, sectors, businesses and individuals Economic forecasting Concept and impact modelling Cluster mapping and analysis Feasibility studies

Lot 2:

A panel of specialist social research solution providers, this may cover but is not limited to activities such as:

Development of social intelligence from data and information Specialist social research into aspects of equality, diversity and economic inclusion Large to small scale surveys of individuals and organisations Social profiling Specialist social research into programmes, such as regeneration sites Specific research into areas such as skills, employment and image

NWDA00296 PQQ v12040809

5

Page 6: 20PQQ

Lot 3:

A panel of specialist environmental research solution providers; this may cover but is not limited to activities such as:

Development of environmental intelligence from data and information Environmental impact modelling Specialist environmental research into programmes, such as employment sites Energy and Environmental Technology Sector Development Climate change mitigation and adaptation Environmental quality/land regeneration Sustainable consumption and production

Lot 4:

The collection of large-scale individual/household/business level information this should cover but is not limited to activities such as:

The ability to undertake large scale surveys as required across a broad range of social, environmental and economic topics. For example primary research to support research projects and inform strategies

Existing large scale surveys that are updated on an annual basis and cover the Northwest Region ideally down to local authority level. The availability of comparison data for England and the other eight other English regions would also be of significant advantage.

Lot 5:

Geographical Intelligence (GI) Training and Consultancy services in GIS software and spatial data. We currently use ESRI software - ArcMap version 9.2 but are likely to move towards version 9.3 during 2009. We are also members of the Pan Government Agreement (PGA). The successful consultancy should be able to provide guidance, best practice, development work to assist business needs and training.

Suppliers are invited to apply for 1 or any/all of the Lots. Please note the Agency will not sub divide the Lots and therefore will not accept submissions from tenderers who cannot provide all of the services within a Lot.

1.4 Outline Timetable for the procurement:

Return of Pre-Qualification Questionnaire 14th September 2009Anticipated Invitation to Tender issue date 6th November 2009Anticipated Invitation to Tender return date 18th December 2009Interviews/ Presentations if required February 2009Post Bid Clarifications March 2009Anticipated contract award date March 2009

1.5 Consortia and sub-contracting

Where a consortium or sub-contracting approach is proposed, all information requested should be given in respect of the proposed prime contractor or consortium leader. Relevant information should also be provided in respect of consortium members or sub-contractors who will play a

NWDA00296 PQQ v12040809

6

Page 7: 20PQQ

significant role in the delivery of services or products under any ensuing contract. Responses must enable the Agency to assess the overall specialist service proposed.

Where the proposed prime contractor is a special purpose vehicle or holding company, information should be provided of the extent to which it will call upon the resources and expertise of its members.

The Agency recognises that arrangements in relation to consortia and sub-contracting may be subject to future change. Service providers/organisations should therefore respond in the light of such arrangements as are currently envisaged.

The Agency intends seeking independent financial and market advice to validate information declared or to assist in the evaluation.

1.6 Queries about the procurement process

The Agency will not enter into detailed discussion of the requirements at this stage.

Should you have any queries regarding this documentation or the tendering process, please direct to [email protected] to be received at least 5 working days before the submission date, otherwise a response cannot be guaranteed.

If the Agency considers any question or request for clarification to be of material significance, both the query and the response will be communicated on the Agency`s website, at www.nwda.co.uk/tenders in an anonymous form.

It is the responsibility of all potential suppliers to check this website for information on a regular basis.

1.7 Supplier / Organisation contact point

Section 4.A requires Suppliers to provide a single point of contact in their organisation for their response to the PQQ. The Agency shall not be responsible for contacting the Supplier through any route other than the nominated contact supplied. The Supplier must therefore undertake to notify any changes relating to the single point of contact promptly to [email protected].

NWDA00296 PQQ v12040809

7

Page 8: 20PQQ

2. EVALUATION APPROACH

2.1 SELECTION OF SUPPLIERS TO PROCEED TO ITT STAGE

The number of Bidders to be taken forward to ITT stage is not fixed. However, based on anticipated time and resource constraints, this number is likely to be between 5 And 65.The Pre-Qualification Questionnaire will be scored as indicated below.

Only those Suppliers who are shortlisted following the PQQ evaluation will then be invited to tender.

2.2 Evaluation Criteria

The objective of the selection process is to assess the responses to the PQQ and select suitable Suppliers to proceed to the next stage of the procurement.

Selection criteria will be based on the suppliers financial and technical capability and capacity to perform the contract:

a) Supplier Acceptability – status of supplier (in relation to Regulation 23(4) of the Public Contracts Regulations 2006 (SI 2006 No 5)). .

b) Economic and Financial Standing – the supplier must be in a sound financial position to participate in this procurement as set out in Regulation 24 of the Public Contracts Regulations 2006 (SI 2006 No 5). This may entail independent financial checks.

c) Supplier Track Record - The supplier must be able to demonstrate a successful track record of providing similar services to those listed in the Official Journal of the European Union (OJEU) notice as set out in Regulation 25 of the Public Contracts Regulations 2006 (SI 2006 No. 5).

d) Supplier capacity and capability – Assessment of the totality of resources and core competences available to the supplier(s) in the delivery of this service.

Where sections are scored, the following scoring methodology will apply to each of the questions asked:

100% - Usefully Exceeds The response exceeds the requirement. Excellent response, track record and capacity to meet and exceed our requirements

90% - Fully Meets The response appears to meet the requirement

50% - Reservations the response partially meets the requirement or requires further clarification

0% - Unacceptable The response does not appear to meet the requirement

0% - Unanswered The question has not been answered or has been answered but the response does not answer the specific question.

NWDA00296 PQQ v12040809

8

Page 9: 20PQQ

The Pre Qualification questionnaires (PQQ’s) will be assessed as follows:

Section Assessment

Section A + B

Organisational Identity and Information

This section is for information only to ensure the Agency has the suppliers correct details. (FI)

Section C

Compliance with EU and UK Procurement legislation

This section will be assessed on a pass / fail basis. If an applicant cannot confirm any of the statements, the Agency reserves the right to disqualify the applicant.

Section D

Quality

This section will be scored

Section E

Financial Information

This section will be assessed on a pass/fail basis for the level of economic and financial capacity required by the Agency to deliver the contract. If any applicant does not demonstrate it can meet the minimum threshold, it will not be considered further.

The supplier must include a full submission of all documents requested in Section E.

The supplier must have filed accounts on time for the last 3 years

The Auditor’s opinion in the Report to the Accounts must be unqualified

Liquidity Ratio must be above 1:1

Section F

Insurances

This section will be assessed on a pass/ fail basis for the insurance level(s) required by the Agency to deliver the contract.

Insurance copies of certificates including Suppliers’ current indemnity levels will be required, prior to commencement of the contract

Section G

References

This section will be scored

Section H

Disputes

Responses to this Section will be assessed to determine the suppliers ability to deliver the contract. This section will therefore be assessed on a pass/fail basis.

Section I

Business Capability

This section will be assessed on a pass/fail basis. If an applicant cannot evidence compliance with the Acts, the Agency reserves the right to disqualify the applicant.

NWDA00296 PQQ v12040809

9

Page 10: 20PQQ

Section Assessment

Section J

Technical Capacity

This section will be scored.

Section K

Prime Contractor

This section is for information only (FI)

Section L

Conflict of Interest

Responses to this Section will be assessed to determine the suppliers ability to deliver the contract. This section will therefore be assessed on a pass/fail basis

Evaluation Criteria for the assessment of this PQQ is as follows:

Lot 1Questions Max ScoreA Organisation Identity FIB (1) Is your organisation a SME? FIB (2) Organisational Type? FIB (3) Enclosed organisation structure FIB (4) Are you a subsidiary/holding/parent company?

FI

B (5) Executive Directors / Partners FIB (6) Brief History FIC Public Contracts Regulations Pass/FailD (1) Quality Assurance certification 5%E Financial Pass/FailF Insurance Pass/FailG References* 15%H Disputes Pass/FailI Business Capability Pass/FailJ(1) Experience 25%J(2) Knowledge 25%J(3) Knowledge 15%J(4) Influence 15%LN Conflict of Interest Pass/FailTotal 100%

Lot 2Questions Max ScoreA Organisation Identity FIB (1) Is your organisation a SME? FIB (2) Organisational Type? FIB (3) Enclosed organisation structure FIB (4) Are you a subsidiary/holding/parent company?

FI

B (5) Executive Directors / Partners FIB (6) Brief History FI

NWDA00296 PQQ v12040809

10

Page 11: 20PQQ

C Public Contracts Regulations Pass/FailD (1) Quality Assurance certification 5%E Financial Pass/FailF Insurance Pass/FailG References* 15%H Disputes Pass/FailI Business Capability Pass/FailJ(1) Experience 25%J(2) Knowledge 25%J(3) Knowledge 15%J(3) Influence 15%Total Lot 2 100%

Lot 3Questions Max ScoreA Organisation Identity FIB (1) Is your organisation a SME? FIB (2) Organisational Type? FIB (3) Enclosed organisation structure FIB (4) Are you a subsidiary/holding/parent company?

FI

B (5) Executive Directors / Partners FIB (6) Brief History FIC Public Contracts Regulations Pass/FailD (1) Quality Assurance certification 5%E Financial Pass/FailF Insurance Pass/FailG References* 15%H Disputes Pass/FailI Business Capability Pass/FailJ(1) Experience 25%J(2) Knowledge 25%J(3) Knowledge 15%J(3) Influence 15%Total Lot 3 100%

Lot 4Questions Max ScoreA Organisation Identity FIB (1) Is your organisation a SME? FIB (2) Organisational Type? FIB (3) Enclosed organisation structure FIB (4) Are you a subsidiary/holding/parent company?

FI

B (5) Executive Directors / Partners FIB (6) Brief History FIC Public Contracts Regulations Pass/FailD (1) Quality Assurance certification 5%E Financial Pass/FailF Insurance Pass/FailG References* 15%H Disputes Pass/FailI Business Capability Pass/FailJ(1) Experience 40%J(2) Knowledge 15%

NWDA00296 PQQ v12040809

11

Page 12: 20PQQ

J(3) Knowledge 15%J(4) Influence 10%Total Lot 4 100%

Lot 5Questions Max ScoreA Organisation Identity FIB (1) Is your organisation a SME? FIB (2) Organisational Type? FIB (3) Enclosed organisation structure FIB (4) Are you a subsidiary/holding/parent company?

FI

B (5) Executive Directors / Partners FIB (6) Brief History FIC Public Contracts Regulations Pass/FailD (1) Quality Assurance certification 5%E Financial Pass/FailF Insurance Pass/FailG References* 15%H Disputes Pass/FailI Business Capability Pass/FailJ(1) Experience 30%J(2) Experience 30%J(3) Experience 20%K Prime Contractor/Subcontracting FIL Conflict of Interest Pass/FailTotal Lot 5 100%

*Note: References will be evaluated based on the calibre (organisations and relevance), in addition to the reference itself.

3. INSTRUCTIONS FOR RETURN OF THE COMPLETED PQQ DOCUMENTATION

3.1 Instructions for Completion

1) Responses should be returned by no later than the date and time stated on the front of this PQQ.

2) PQQ’s must be submitted in paper format in two hard copies. The complete PQQ must also be supplied in electronic format (CD-Rom, DVD etc). The electronic format must contain exactly the same proposal as the paper version enclosed. Please ensure that all documents on the CD or DVD have your organisations name in the filename. Please note that memory sticks are not accepted. PQQ’s must not be submitted via e-mail or fax unless specifically requested.

3) If the Agency considers any question or request for clarification to be of material significance, both the query and the response will be posted on the Agency's website at www.nwda.co.uk/tenders in an anonymous form. It is the responsibility of Suppliers to check this website periodically before the submission date to check for any updates and to incorporate these updates into its submission. All questions must be addressed to

NWDA00296 PQQ v12040809

12

Page 13: 20PQQ

[email protected] and be received at least 5 working days before the submission date, otherwise a response cannot be guaranteed.

4) Documentation must be returned to: Tender Board, Northwest Development Agency, Renaissance House, Centre Park, Warrington, Cheshire, WA1 1QN. A direction map can be downloaded from the Agency’s website: www.nwda.co.uk About NWDA, Office Locations, Head Office.

5) The PQQ address label must be used for the return of documentation. Envelopes/packages should be plain and must not show any reference to the Supplier's identity. The PQQ address label must be placed on the front of the return envelope. Documentation without the label or in envelopes, which in any way identify the Supplier, may be rejected.

6) The date and time for return of the documents is shown on the label and in the PQQ. Documents must be returned no later than the date and time stated. Completed documents will be received up to the time and date stated. It is the Supplier's responsibility to ensure that their documents are received on time. The Agency does not undertake to consider documents received after that time unless there is sufficient evidence to pre-suppose its due delivery.

7) Documents must be returned either by post, or by hand to the reception desk ensuring that a member of staff notes the time and date of receipt. Documents delivered otherwise may not arrive on time.

8) The Agency does not acknowledge receipt of documents and accepts no responsibility for loss or non-receipt of applications.

9) Submissions may be rejected if any of the requested information is not completed and/or supplied. If any of the requested information is missing or is incorrect, the proposal may be rejected on that sole basis and the submission will not be evaluated further.

10) Suppliers must not try to obtain any information about any other party's submission or proposed submissions before the contract is awarded.

11) Suppliers must not arrange with any other party the submission of any documentation, except in the cases where sub-contracting and/or joint ventures are applicable.

12) All responses must be in English.

13) All PQQ responses (or supporting and supplementary documentation) should be presented in the same order as, and must be cross-referenced to, the relevant question. Any separate sheets must be appended in the PQQ response document.

3.2 Important Notices

1) The information in this document provides an outline of the EU Restricted procedure that the Agency intends to follow, although it reserves the right to amend this process or cancel the procurement at any stage without prior consultation. Under no circumstances will the Agency or its advisers be liable for any costs or expenses incurred by Suppliers during the procurement process. Expressions of interest are only sought from organisations that are agreeable to these arrangements.

2) The information in this PQQ is provisional and will be superseded by the Invitation to Tender.

3) The information provided is intended only as an explanation of the Agency’s requirements and is not intended to form the basis of a Supplier’s decision on whether to enter into any

NWDA00296 PQQ v12040809

13

Page 14: 20PQQ

contractual relationship with the Agency. The information provided shall not form the basis of or be relied on in connection with any contract.

4) Whilst all materials supplied have been prepared in good faith the information provided has not been independently verified and does not purport to be all-inclusive or to contain all the information that a prospective supplier may require. Suppliers are responsible for making such checks and investigations as they consider appropriate. The supply of the information provided to Suppliers does not constitute an obligation to give further information or to update the information provided or to correct any information that is incomplete or inaccurate.

5) None of the Agency’s directors, officers, employees, representatives, agents or advisers (together the “Issuers”) make any representation or warranty, express or implied, as to the accuracy, adequacy or completeness of the information provided. Neither do they make any representation or give any warranty, express or implied, with respect to this document or any matter on which it is based (including, without limitation, any financial details). Any liability is therefore expressly disclaimed.

6) Neither the Agency nor the Issuers shall be liable for any loss or damage arising as a result of reliance on the information provided. The subject matter of this document shall only have any contractual effect when it is covered and contained in the express terms of an executed contract.

7) The issue of this document in no way commits the Agency to award any Contract pursuant to the bid process nor does it constitute an offer to enter into a contractual relationship.

8) Save as provided below, in no circumstances shall the Agency or the Issuers incur any liability whatsoever or be liable for any expenses incurred by applicants at any time. Any and all liability in relation to this document is hereby expressly disclaimed and excluded to the maximum extent permissible by law. The exclusions of liability contained in this paragraph do not exclude liability for death or personal injury caused by the Issuers’ negligence and/or to fraud or fraudulent misrepresentation by the Issuers.

9) The information provided is not, nor is it to be taken as, the giving of investment advice by the Agency or any of the Issuers nor is it an invitation or inducement to engage in investment activity.

10) The Agency does not bind itself to accept any PQQ or Tender.

11) It should be noted that any information given at this stage by the Supplier will be subject to verification at later stages of the procurement process. If any error, omission or misrepresentation is discovered, the Agency reserves the right to disqualify the Supplier from further participation in the process, no matter what stage the process has reached.

12) Responses will be evaluated in accordance with the procedures set out in Section 2. In the event that none of the responses are deemed satisfactory, the Agency reserves the right to consider alternative procurement options.

3.3 Freedom of Information Legislation

1) The Agency may be obliged to disclose information provided by Suppliers in response to this PQQ under the Freedom of Information Act 2000, all subordinate legislation made under this and the Environmental Information Regulations 2004 (“the Freedom of Information Legislation”).

2) Suppliers should be aware that the information they provide could be disclosed in response to a request under the Freedom of Information Legislation. The Agency will proceed on the basis of disclosure unless an appropriate exemption applies. Suppliers should be aware that despite the availability of some exemptions, information may still be disclosed if the public interest in its disclosure outweighs the public interest in maintaining the exemption. No response to this PQQ should be covered by a general statement regarding its overall

NWDA00296 PQQ v12040809

14

Page 15: 20PQQ

confidentiality; instead any specific areas of confidential information should be highlighted in accordance with paragraph 3 below. The Agency accepts no liability for loss as a result of any information disclosed in response to a request under the Freedom of Information Legislation.

3) Suppliers should highlight information in their responses which they consider to be commercially sensitive or confidential in nature, and should state the precise reasons why they consider this.

4) The Agency will use reasonable endeavours to consult with Suppliers over the release of information which is highlighted by them as commercially sensitive or confidential.

NWDA00296 PQQ v12040809

15

Page 16: 20PQQ

4. PRE-QUALIFICATION QUESTIONNAIRE

A ORGANISATION IDENTITYName of the company (prime or single contractor) in whose name the tender would be submitted

Contact name (Single point of Contact):

Address:

Telephone number:

Facsimile number:

E-mail address:

Company Registration number, date of registration and registration address:

VAT Registration number:

Website address (if any)

This PQQ is submitted as an initial request to be considered for:

Lot 1 Specialist economic research services *Yes *No

Lot 2 Specialist social research services *Yes *No

Lot 3 Specialist environmental research services *Yes *No

Lot 4 Collection of large scale individual/household research information

*Yes *No

Lot 5 Geographical Intelligence training and consultancy research services

*Yes *No

*Please delete as appropriate

Please note: Suppliers are invited to apply for one or any/all of the Lots

NWDA00296 PQQ v12040809

16

Page 17: 20PQQ

B ORGANISATION INFORMATION(1) Is your organisation a Small to Medium Enterprise (SME) as defined in Section 382 & 465 of the Companies Act (2006)?

Y/N

(2) Is your organisation: i) a public limited company?

Y/N iii) a sole trader?

Y/N

ii) a limited company? Y/N iv) a partnership?

Y/N

v) a limited liability partnership?

Y/N vi) Black, Asian, Minority Ethic (BAME) owned?

Y/N

(3) Please enclose and confirm in the box opposite that you have provided a copy of your Organisational structure with this completed questionnaire

Y/N

(4) Is your company a subsidiary of another company, a holding or a parent company? Y/N

If so, please provide full details of the address for the organisation’s holding or parent company, country of origin and registration number (if applicable)

Please provide full details of the address for the organisation’s ultimate parent company, country of origin and registration number (if applicable)

(5) Executive Directors/ Partners:

Name Responsibility

(6) Brief history of your organisation (not more than 200 words): this should cover details and examples of the specialist research services that your organisation provides that are relevant to the services to be delivered under this framework.

NWDA00296 PQQ v12040809

17

Page 18: 20PQQ

C COMPLIANCE WITH EU LEGISLATION/ UK PROCUREMENT LEGISLATION

Regulation 23 of the Public Contracts Regulations 2006 applies to the current tendering competition. Applicants must provide full details in respect of whether:

i. Any matters referred to in Regulation 23 (1) (being grounds for mandatory exclusion) apply to the applicant, and in the case of a consortium applicant, to any of its constituent members, or to any of its or their directors, or to any other person who has powers of representation, decision or control of the applicant or, in the case of a consortium applicant, any of its constituent members?

Y / N

ii. Any of the matters referred to in Regulation 23(4) (being grounds for discretionary exclusion) apply to the Applicant, and in the case of a consortium applicant, to any of its constituent members?

Y / N

The Agency may seek evidence at a later date, in confirmation of your answer.

For convenience, the text of Regulation 23 can be found in Appendix A

D QUALITY ASSURANCE(1) Please provide details of any quality assurance certification that your company holds e.g. IS0 9000 or equivalent standard. Please include a copy of any certificate.

If no accreditation is held, please provide documentary evidence of your quality assurance capabilities. (e.g. your internal quality policy or manual)

E FINANCIAL AND ECONOMIC CAPACITYThe following financial information is required.

(1) A copy of the most recent audited accounts for your organisation that cover the last two years of trading or for the period that is available if trading for less than two years.

(2) A statement of the organisation’s turnover, Profit & Loss and cash flow position for the most recent full year of trading (or part year if full year not applicable) and an end period balance sheet, where this information is not available in an audited form at (1).

(3) Where (2) cannot be provided, a statement of the organisation’s cash flow forecast for the current year and a bank letter outlining the current cash and credit facility position.

(4) If the organisation is a subsidiary of a group, (1) to (3) are required for both the subsidiary and the ultimate parent. Where a consortium or association is proposed, the information is requested for each member company.

(5) A separate statement of the organisation’s turnover that relates directly to the supply of this service for the past two years, or for the period the organisation has been trading (if less than two years).

NWDA00296 PQQ v12040809

18

Page 19: 20PQQ

(6) If applicable, parent company and/or other guarantees of performance and financial standing may be required if considered appropriate. Confirm your organisation’s willingness and ability to arrange for a collateral warranty, parent company guarantee and /or performance bond if called upon.

Y/N

(7) Has your organisation made any application for third party funding – including State Aid assistance – in relation to the services you are intending to provide?

Y/N

F INSURANCE

Please confirm that your organisation’s insurance cover meets the Agency’s requirements below.

Policy Value Y/N

Employer’s Liability £5m

Public Liability £5m

Professional Indemnity* delete as appropriate

£5m

If not, please indicate that you will arrange for this insurance cover if successful in this tender.

Y/N

G REFERENCESNote: the Agency may elect to contact any of the given companies for a reference at any stage of the tendering process. Your permission to do so will be assumed unless you explicitly state any objections.

(1) Please provide details of three major recent contracts you have been awarded for the provision of services similar to those required by the Agency

Customer name and address

Contact name and Telephone number

Date contract awarded & duration of contract

Contract reference and brief description of service undertaken

Names of subcontractors and/ or consortium members and their role

1.

2.

3.

NWDA00296 PQQ v12040809

19

Page 20: 20PQQ

H DISPUTES(1) In the last 3 years, has your organisation failed to complete a contract on time or at all, or where there have been claims for damages, or where damages have been deducted or recovered? YES/NO

If Yes, please provide the following details relating to the claim

Customer name and address (postal & e-mail)

Contract reference and brief description of services provided

Date of claim/ contract termination

Reason for claim

(2) Has your Company had a contract terminated or your employment determined under the terms of a contract within the last 5 years?

Y/N If Yes, please provide details:

Customer name and address (postal & e-mail)

Contract reference and brief description of services provided

Date of claim/ contract termination

Reason for contract termination

(3) Has your Company had a contract that was not renewed due to failure to perform to the terms of a previous contract within the last 5 years?

Y/N If Yes, please provide details:

(4) Has your organisation been involved in any court action and/ or significant employment tribunal over the last 3 years?

Y/N If Yes, please provide details:

NWDA00296 PQQ v12040809

20

Page 21: 20PQQ

(5) Are there any court actions and/ or significant employment tribunal hearings outstanding or pending against your organisation?

Y/N If Yes, please provide details:

I BUSINESS CAPABILITY(1) Please confirm compliance and attach copies of all your policy documents where applicable relating to the following Acts: Disability, Equal Pay, Rehabilitation of Offenders, Equal Opportunities, Sex, Race Discrimination and Age Discrimination.

J TECHNICAL CAPACITYLot 1 Economic

(1) Experience: Please provide three examples of economic methodologies you have applied at national, regional and local levels? For example economic modelling, forecasting, sectoral analysis, economic indicators, economic assessments.

(2) Knowledge: Please state the approximate number of employees in your Company engaged in the specific type of work for which you are applying. The figures are to be broken down by specific discipline and include on going research projects, core skills, competencies and relevant professional qualifications to demonstrate the available economic expertise within your firm?

(3) Knowledge: Please provide information that demonstrates your organisations detailed knowledge of the economic structure of the UK’s North West region?

(4) Influence: Please provide three examples of how your economic research has influenced key policies and strategies and how you have enabled this?

NWDA00296 PQQ v12040809

21

Page 22: 20PQQ

Lot 2 Social

(1) Experience: Please provide three examples of social methodologies you have applied at national, regional and local levels? For example social profiling, cultural and image profiling, assessing secondary sources, workshops and focus groups

(2) Knowledge: Please state the approximate number of employees in your Company engaged in the specific type of work for which you are applying. The figures are to be broken down by specific discipline and include on going research projects, core skills, competencies and relevant professional qualifications to demonstrate the available social expertise within your firm?

(3)Knowledge: Please provide information that demonstrates your organisations detailed knowledge of the social structure of the UK’s North West region?

(4) Influence: Please provide three examples of how your social research has influenced key policies and strategies and how you have enabled this?

Lot 3 Environmental

(1) Experience: Please provide three examples of environmental research methodologies you have applied at national, regional and local levels? For example environmental impact modelling, environmental economic assessment, environmental technology fore-sighting, climate change adaptation modelling, carbon footprinting.

(2) Knowledge: Please state the approximate number of employees in your Company engaged in the specific type of work for which you are applying. The figures are to be broken down by specific discipline and include on going research projects, core skills, competencies and relevant professional qualifications to demonstrate the available environmental expertise within your organisation

(3) Knowledge: Please provide information that demonstrates your organisations detailed knowledge of the environmental structure of the UK and the North West region. This should include key public, private & voluntary sector organisations and relevant overarching European and International frameworks.

(4) Influence: Please provide three examples of how your environmental research has influenced key policies, strategies, standards or investments and how you have enabled this?

Lot 4 The collection of large-scale individual/household/business level information

(1) Experience: Please detail your previous experience in undertaking large surveys at the individual, household and or business level across a broad range of topics. Please also detail any experience in undertaking any longitudinal surveys that you currently provide

NWDA00296 PQQ v12040809

22

Page 23: 20PQQ

(2) Knowledge: Please state the approximate number of employees in your Company engaged in the specific type of work for which you are applying. The figures are to be broken down by specific discipline and include core skills, competencies and relevant professional qualifications to demonstrate the available survey expertise within your firm?

(3) Knowledge: Please provide details of methodologies you have employed in creating sample frames?

(4) Influence: Please provide three examples of how your economic research has influenced key policies and strategies and how you have enabled this?

Lot 5 Geographical Intelligence (GI) Training and Consultancy services in GIS software and spatial data

(1) Outline your previous experience in providing guidance on best practice to clients with regards to making the most effective use of their GI systems

(2) Outline your previous experience in assisting/delivering GI development work to meet business needs

(3) Please detail your experience in offering ESRI ArcMap training courses from introduction to advanced level. Please indicate whether these are off the shelf or bespoke courses and if they are delivered in house or on a client’s site

K PRIME CONTRACTOR(1) Please select either a or b and answer as applicable

a) Your organisation is bidding to provide all the services required Y/N

b) Your organisation is bidding in the role of Prime Contractor and intends to subcontract some of the services to third parties or to form a partnerships/joint ventures/consortium with third parties to deliver the services

Y/N

c) Please provide details below of the proportion of any contract awarded under this contract that you propose to subcontract.

(2) If your answer to 1 is (b), please identify intended subcontractors/ partners /consortia members for the bid (if currently known) below:

Organisation name Organisation address and contact details

Service provision responsibility and details of legal arrangements between partners (if known)

NWDA00296 PQQ v12040809

23

Page 24: 20PQQ

L CONFLICT OF INTEREST(1) Are you aware of any conflicts of interest between your company and the Agency?

*Where there is any indication that a conflict of interest exists or may arise, then it shall be the responsibility of the Supplier to inform the Agency, detailing the conflict in writing as an attachment to this PQQ.

The Agency will be the final arbiter in cases of potential conflicts of interest. Failure to notify the Agency of any potential conflict of interest will invalidate any verbal or written agreement

A Conflict of interest is where a person who is involved in the procurement has or may be perceived to have a personal interest in ensuring that a particular supplier is successful. Actual and potential conflicts of interest must be declared by a person involved in a tender process.

Y / N

FORM COMPLETED BY:Signature

Name

Position

Date

Telephone number

E-mail address

NWDA00296 PQQ v12040809

24

Page 25: 20PQQ

APPENDIX A - STATEMENT RELATING TO GOOD STANDINGSTATEMENT RELATING TO GOOD STANDING — GROUNDS FOR OBLIGATORY EXCLUSION (IN ELIGIBILITY) AND CRITERIA FOR REJECTION OF CANDIDATES in accordance with Regulation 23 of the Public Contracts Regulations 2006 (as amended)

We confirm that, to the best of our knowledge, the Potential Provider is not in breach of the provisions of Regulation 23 of the Public Contracts Regulations 2006 (as amended) and in particular that:

Grounds for mandatory rejection (ineligibility)

The Potential Provider (or its directors or any other person who has powers of representation, decision or control of the named organisation) has not been convicted of any of the following offences:

(a) conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA (as amended);

(b) corruption within the meaning of section 1 of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906 (as amended);

(c) the offence of bribery;

(d) fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of:

(i) the offence of cheating the Revenue;

(ii) the offence of conspiracy to defraud;

(iii) fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978;

(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985;

(v) defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994;

(vi) an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or

(vii) 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;

(e) money laundering within the meaning of the Money Laundering Regulations 2003; or

(f) any other offence within the meaning of Article 45(1) of the Public Sector Directive.

Organisation’s name

Signed

Position

Date

NWDA00296 PQQ v12040809

25

Page 26: 20PQQ

Discretionary grounds for rejection

The Potential Provider (or its directors or any other person who has powers of representation, decision or control of the named organisation) confirms that it:

(a) being an individual is not bankrupt or has not had a receiving order or administration order or bankruptcy restrictions order made against him or has not made any composition or arrangement with or for the benefit of his creditors or has not made any conveyance or assignment for the benefit of his creditors or does not appear 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 not granted a trust deed for creditors or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of his estate, or is not the subject of any similar procedure under the law of any other state;

(b) being a partnership constituted under Scots law has not granted a trust deed or become otherwise apparently insolvent, or is not the subject of a petition presented for sequestration of its estate;

(c) being a company or any other entity within the meaning of section 255 of the Enterprise Act 2002 has not passed a resolution or is not 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, nor had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is not the subject of similar procedures under the law of any other state;

(d) has not been convicted of a criminal offence relating to the conduct of his business or profession;

(e) has not committed an act of grave misconduct in the course of his business or profession;

(f) has fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the organisation is established;

(g) has fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established;

(h) is not guilty of serious misrepresentation in providing any information required of him under this regulation;

(i) in relation to procedures for the award of a public services contract, is licensed in the relevant State in which he is established or is a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member.

Organisation’s name

Signed

Position

Date

NWDA00296 PQQ v12040809

26