Pre-Qualification Questionnaire NWDA00312
Print Panel
RETURN DATE FOR SUBMISSION No later than 12.00 noon on Friday 12th March 2010
Issued 2nd February 2010
Page 1 of 25 tmpWWC7OV
CONTENTS
1.
2.
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窶田ontracting
1.6
Queries about the procurement process
1.7
Supplier/organisation contact point
EVALUATION APPROACH 2.1
3.
4.
5.
Evaluation Criteria
INSTRUCTIONS FOR THE RETURN OF THE COMPLETED PQQ DOCUMENTATION 3.1
Instructions for Completion
3.2
Important Notices
3.3
Freedom of Information legislation
PRE-QUALIFICATION QUESTIONNAIRE A.
Organisation Identity
B.
Organisation Information
C.
Compliance with EU Legislation/UK Procurement Legislation
D.
Financial & Economic Capacity
E.
Insurance
F.
References & Experience
G.
Quality & Service Capabilities
H.
Technical Capability
I.
Business Capability
J.
Conflict of Interest
APPENDIX A
Page 2 of 25 tmpWWC7OV
1.
INTRODUCTION AND BACKGROUND
1.1
Purpose of this document
1)
This Pre-Qualification Questionnaire (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 Northwest Development Agency (NWDA) is seeking to establish a framework agreement (or panel) for the provision of specialist printers and print services from which it can commission work on a project-by-project basis. It is anticipated that the framework agreement will be in place for 3 years with an option to extend for up to a further 12 months. It is proposed that the framework agreement will consist of 3 Lots: Lot 1 – Litho & Digital Printing Lot 2 – Colour Copying Lot 3 – Large Format Printing and Exhibition Stands There are likely to be between 8 and 10 organisations selected for the panel. Although services will be called off by the NWDA, the framework agreement will also be open to members of the North West Universities Purchasing Consortium (NWUPC). The Northwest Operational Programme of the European Regional Development Fund (ERDF) may also require use of these services. Being selected as a Panel Member does not guarantee the award of any individual contracts under the Panel.
1.3
Objectives of the requirement
Successful suppliers will be expected to provide a variety of printed material and be required to work collaboratively with the NWDA in-house design team, suppliers of the NWDA’s design framework and other relevant partner organisations. The requirement ranges across the following examples of publications (any quantities are an approximation and specifications may vary): Lot 1: Litho & Digital Printing Page 3 of 25 tmpWWC7OV
•
NWDA 315 magazine (32 page, American A4, quantity 9000) and 360, the Agency’s internal newsletter (6 page, A4, quantity 500)
•
Business Support literature (4 to 16 pages, usually A4, quantity 1000 to 5000)
•
Tourism literature including Tourism Awards Booklet
•
Variety of work for AGM including invitations and literature
•
Corporate literature (Business Plan, Annual Review, Strategy Documents)
•
Regional Strategy material
•
Event material
•
Variety of work on behalf of Cluster organisations
•
Printed stationery including letterheads, business cards and compliments slips
Lot 2: Colour Copying •
Strategy Documents (Wiro/Spiral bound, 32 to 100 pages, quantity 500 to 2500)
•
Draft, Working & Consultation documents (Wiro/Spiral bound)
•
Inserts & Dividers for training manuals
Lot 3: Large Format Printing and Exhibition Stands •
Pullup & Popup Stands (high definition graphics and crystal laminate)
•
High Quality Photographic Outputs
•
Building Wraps
•
External Banners (vinyl, stitched and eyeleted)
•
Finishing including laminating & encapsulating
•
Printing on a variety of different media
•
Framing & Mounting
•
Installation including management of any subcontractors
This list is indicative and not exhaustive. Suppliers are invited to apply for one or more Lots and may be taken forward to Invitation to Tender stage for one or more Lots.
1.4
Outline Timetable for the procurement: Return of Pre-Qualification Questionnaire Anticipated Invitation to Tender issue date Anticipated Invitation to Tender return date Post Bid Clarifications (including Site Visits, Presentations or Interviews) Anticipated contract start date
12:00 noon 12th March 2010 19th April 2010 31st May 2010 June – July 2010 28th August 2010 Page 4 of 25
tmpWWC7OV
1.5
Consortia and sub-contracting
The Agency does not wish to receive responses from any Supplier wishing to subcontract all or core elements of the service. The only exceptions to this may be in relation to non-core elements (please see Section H).
1.6
Queries about the procurement process
The Agency will not enter into detailed discussion of the requirements at this stage. All questions must be addressed to Tender.Board@nwda.co.uk and 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, www.nwda.co.uk/tenders in an anonymous form. It is the responsibility of 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 tender.board@nwda.co.uk
Page 5 of 25 tmpWWC7OV
2.
EVALUATION APPROACH
The number of bidders to be taken forward to ITT stage is likely to be between 5 and 30. The PQQ will be scored as indicated below. Only those Suppliers who are shortlisted following the PQQ evaluation will then be invited to tender. 2.1
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 supplier’s 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.
The PQQ will be assessed as follows: Section Section A & B
Assessment
Organisational Identity and Information
This section is for information only to ensure the Agency has the supplier’s correct details. (FI)
Section C
This section will be assessed on a pass/fail Page 6 of 25
tmpWWC7OV
Section
Assessment
Compliance with EU and UK Procurement basis. If an applicant cannot confirm any of Legislation the statements, the Agency reserves the right to disqualify the applicant. Section D Financial & Economic Capacity
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. Minimum requirement The supplier must have an annual turnover greater than £300,000 Any applicant deemed as a ‘cautionary’ credit risk may be excluded from the competition.
Section E Insurance
This section will be assessed on a pass/fail basis for the insurance level(s) required by the Agency to deliver the contract. If any applicant does not have the minimum requirement or is not willing to get the levels as indicated will not be considered further Copies of Insurance Certificates including Suppliers’ current indemnity levels will be required prior to commencement of the contract.
Section F
This section will be scored
References & Experience Section G
This section will be scored
Quality & Service Capabilities
Section H
This section will be scored
Technical Capability
Section I
This section will be scored
Business Capability
Minimum requirement Applicants must have a written Health & Safety policy
Section J
Responses to this Section will be assessed
Page 7 of 25 tmpWWC7OV
Section Conflict of Interest
Assessment to determine the supplier’s ability to deliver the contract. This section will therefore be assessed on a pass/fail basis
For this PQQ the detailed Evaluation Criteria for the assessment is as follows: Questions A. Organisation Identity B. (1) Is your organisation a SME? B. (2) Organisational Type? B. (3) Enclosed organisation structure B. (4) Are you a subsidiary/holding/parent company? B. (5) Executive Directors / Partners B. (6) Brief History C. Public Contracts Regulations D. Financial & Economic Capacity E. Insurance F. References & Experience (29%) (1) References (2) Key Customers G. Quality & Service Capabilities (23%) (1) Quality Assurance certification (2) Quality Assurance methods (3) Compensating for quality failures (4) Measures taken to rectify quality failures (5) Prioritising work (6) Contingency for urgent work (7) Pre-press capabilities (8) Artwork checking (9) Artwork retention policy (10) Keeping software up to date (11) Quality of delivery service (12) Problems with deliveries H. Technical Capability (30%) (1) In-house capability (2) Staff Skills (3) Key Staff Experience (4)Training & Development I. Business Capability (18%) (1) Professional & trade association membership (2) Minimising environmental impact (3) Credit card payment (4) Health & Safety policy (5) Compliance with COSHH regulations
Weighting FI FI FI FI FI FI FI Pass/Fail Pass/Fail Pass/Fail 17% 12% 1% 5% 2% 1% 2% 2% 2% 2% 1% 2% 2% 1% 20% 4% 4% 2% 2% 8% 3% Pass/Fail 5%
Page 8 of 25 tmpWWC7OV
Additional Requirement for Lot 3 Only (6) CSCS compliance (7) Working at Height Regulations (8) Training & keeping up to date (9) Subcontracting H&S J. Conflict of interest
5% 5% 5% 5% Pass/Fail 100% (Lot 3 only will score up to 120%)
*Note: At this stage references will be evaluated based on the calibre (organisations and relevance), actual references may be sought at ITT stage.
Page 9 of 25 tmpWWC7OV
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 2 copies, one marked ‘original’, 1 marked ‘copy’. The complete PQQ must also be supplied in electronic format (CD or DVD only, the Agency cannot accept memory sticks). The electronic format must contain exactly the same proposal as the paper version enclosed. PQQ’s must not be submitted via e-mail or fax unless specifically requested. Please ensure that all documents contained on the CD or DVD have your organisation’s name at the start of the filename.
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 Tender.Board@nwda.co.uk 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: http://www.nwda.co.uk/contact-us/locations-addresses/head-office.aspx
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.
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. Page 10 of 25
tmpWWC7OV
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 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
Page 11 of 25 tmpWWC7OV
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 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.
Page 12 of 25 tmpWWC7OV
4.
PRE-QUALIFICATION QUESTIONNAIRE
A
ORGANISATION IDENTITY
Name 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: (Please indicate below Yes/No as appropriate) Lot 1
Litho & Digital Printing
*Yes
*No
Lot 2
Colour Copying
*Yes
*No
Lot 3
Large Format & Exhibition Stands
*Yes
*No
Page 13 of 25 tmpWWC7OV
B
ORGANISATION INFORMATION
(1) Is your organisation a Small to Medium Enterprise (SME) as defined in Section 382 & 465 of the Companies Act (2006)? (2) Is your organisation:
Y/N
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? (The Agency reserves the right to request a parent company guarantee if deemed appropriate)
Y/N
Address for the organisation’s holding or parent company, country of origin and registration number (if applicable) Address for the organisation’s ultimate parent company, country of origin and registration number (if applicable) (5) Executive Directors/ Directors /Partners/ or any other person who has powers of representation, decision or control of the Organisation (named individuals will be checked using a 3rd party credit referencing agency, we reserve the right to exclude any organisation who is under the control of any person(s) previously disqualified): Name
Responsibility
(6) Brief history of your organisation (not more than 200 words): this should be directly relevant to the services to be supplied under this contract:
Page 14 of 25 tmpWWC7OV
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
FINANCIAL AND ECONOMIC CAPACITY
(1) Please indicate your annual turnover; the minimum requirement is £300,000pa. Any applicant who cannot meet this will be excluded from the competition. 2009
2008
2007
Annual turnover (£) (2) The Agency will complete an external financial credit check in order to deem a supplier financially capable. We may require further information from bidders to support or clarify findings; such information must be available upon request. (3) 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
Page 15 of 25 tmpWWC7OV
(4) Please outline business activity, related turnover (in £ value) and % of total turnover as follows: 2009
2008
2007
Turnover £
% of Total Turnover
Turnover £
% of total Turnover
Turnover £
% of total Turnover
£
100%
£
100%
£
100%
Lithographic printing Digital printing Screen printing Printed Stationery Reprographics Web Printing Large Format Exhibition Systems Other (please specify)
TOTAL
E
INSURANCE
Please indicate the level of insurance cover your organisation currently has. The Agency requires the minimum levels as indicated. Policy
Minimum Requirement
Employer’s Liability
£5m
Public Liability
£10m
If you do not currently have the minimum cover, please indicate that you will arrange for this insurance cover if successful in this tender.
Current Level
Y/N
Page 16 of 25 tmpWWC7OV
F
REFERENCES & EXPERIENCE
Note: 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 recent (within the last 18 months) contracts you have been awarded for the provision of services similar (in nature and scale) to those required by the Agency Customer name and address
Contact name, Telephone number and email address
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.
(2) Please list your five key customers and the % of turnover which they represent, starting with the largest. Company name
% of Turnover
Brief description of service given
1. 2. 3. 4. 5.
G
QUALITY & SERVICE CAPABILITIES
Quality (1) Please provide details of any quality assurance certification that your company holds e.g. IS0 9000 or equivalent standard. If applicable please include a copy of your latest valid certificate in support of your response.
(2) Describe what methods you use to assure the quality of service is to a satisfactorily level?
Page 17 of 25 tmpWWC7OV
(3) Please outline the actions, if any, which are taken by your company to recompense your clients when failures in your quality control process result in unsatisfactory products. In answering this question, please detail which of the following recourses are available to the client, what criteria is used to determine which actions of recompense is undertaken and an example of where this has occurred. (a) (b) (c) (d)
Recompense Full reprint Partial reprint Discount Other
Criteria
Example of where this has occurred
(4) Outline measures taken by your company to ensure quality failures are rectified.
Service (5) Please list the criteria used by your company when prioritising print jobs (particularly at peak production times during the year).
(6) Please outline your company’s contingency plan if an urgent print job must be turned around within a very tight deadline
IT Capabilities (7) Please confirm you have the following IT capabilities Can you support the following file formats and maintain up to date versions of the following software?
Apple Mac
Y/N
PC
Y/N
Y/N
Quark
Y/N
.eps
Y/N
Illustrator
Y/N
Zipped files
Y/N
Photoshop
Y/N
Y/N
(including word, excel and powerpoint)
Office suite InDesign
Y/N
(8) What checks/tests, if any, are undertaken when files are received by you for print from your client?
(9) What is your retention policy on client artwork?
(10) What measures do you take to keep up to date with latest software versions?
Page 18 of 25 tmpWWC7OV
Delivery (11) What measures does your company take to guarantee the quality of the delivery service? Please include details of whether deliveries are done by company vehicles or 3rd party delivery providers.
(12) What measures are taken when quality issues do arise (e.g. late deliveries, undelivered orders, orders delivered to wrong address)?
Page 19 of 25 tmpWWC7OV
H
TECHNICAL CAPABILTY
(1) Please indicate (ď ’) if you can perform the following functions in-house or will be subcontracted
Primary (In house) Capabilities
Location of plant performing this function (If different from main address given in Section A)
Equipment Used (Please give make, size of printer and year purchased)
Sub-Contracted Services (If a requirement is stated as being mandatory any application which indicates they are not capable of performing this function in-house will be deemed noncompliant and excluded from the competition)
Lot 1 Litho Printing Digital Printing Printed Stationery (includes letterheaded paper, compliment slips & business cards) Finishing 1. 2. 3. 4. 5. 6.
Wiro/Spiral Binding Laminating/Encapsulating Spot Varnishing Perfect Binding Die Cutting & Punching Platen Scoring
Web Printing Lot 2 Digital Print & Copying (including) 1. Training Manuals 2. Folder inserts and covers 3. Business forms Finishing 1. Wiro/Spiral binding 2. Laminating/Encapsulating
This is a mandatory requirement and must not be sub-contracted This is a mandatory requirement and must not be sub-contracted This is a mandatory requirement and must not be sub-contracted (Please give details, include name, location of supplier)
(Please give details, include name, location of supplier)
This is a mandatory requirement and must not be sub-contracted
(Please give details, include name, location of supplier)
Page 20 of 25 tmpWWC7OV
Lot 3 Popup & Pullup Exhibition Stands Photo-quality prints
Ability to print onto a variety of media (e.g. Canvas, Vinyl)
This is a mandatory requirement and must not be sub-contracted This is a mandatory requirement and must not be sub-contracted This is a mandatory requirement and must not be sub-contracted PLEASE ALSO INDICATE WHAT OTHER MATERIAL YOU CAN PRINT ON?
Framing and Mounting
(Please give details, include name, location of supplier)
Building Wraps
(Please give details, include name, location of supplier)
Screen Printing
(Please give details, include name, location of supplier)
Installation (of large format print including building wraps)
(Please give details, include name, location of supplier)
Page 21 of 25 tmpWWC7OV
(2) Please give an overview of your production staff capabilities, including number of staff and core competencies,
(3) Please give CVs or overviews of experience, skills and qualifications (1 side of A4 maximum) of key staff responsible for the delivery of these services (e.g. account manager, reprographics)
(4) Please give details of any training and development programmes you follow i.e. mandatory training requirements, apprenticeship schemes or staff development/progression policies, related to the delivery of this requirement.
I
BUSINESS CAPABILITY (1) Which professional associations or trade bodies does your organisation belong?
Environmental Considerations (2) What are the key environmental impacts of your business processes and services you offer and what actions have you taken to minimise these?
(3) Is your organisation able to accept payments by Government Procurement Card (VISA credit card)?
Y/N
Health & Safety
Y/N
(4) Does the organisation have a written Health & Safety Policy?
If Yes, please include a copy
(5) How does your organisation ensure compliance with the Control of Substances Hazardous to Health Regulations 2002 (COSHH)?
ONLY ANSWER THE FOLLOWING QUESTIONS (6 – 9) IF APPLYING FOR LOT 3 (6) Is your organisation compliant with Construction Skills Certification Scheme (CSCS) or equivalent scheme? Please indicate the proportion of installation operatives registered with the scheme or hold equivalent certification.
Page 22 of 25 tmpWWC7OV
(7) How does your organisation ensure compliance with Working at Height Regulations 2005? Please indicate the proportion of installation operatives who hold IPAF, PASMA or equivalent certification.
(8) How does your organisation keep up to date with legislation and ensure staff are trained on best practice?
(9) If you are applying for Lot 3 but intend to subcontract installation services, please describe how you organisation ensures sub-contractors are compliant with all health and safety requirements?
J
CONFLICT OF INTEREST
(1) Are you aware of any conflicts of interest between your company and the Agency?
Y/N
*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.
FORM COMPLETED BY: Signature
Name
Position Date Telephone number E-mail address
Page 23 of 25 tmpWWC7OV
APPENDIX A STATEMENT RELATING TO GOOD STANDING STATEMENT 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) NWDA00312 – Print Panel 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
Page 24 of 25 tmpWWC7OV
Discretionary grounds for rejection The Potential Provider 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
Page 25 of 25 tmpWWC7OV