Presentation is loading. Please wait.

Presentation is loading. Please wait.

Speech and language therapy in specified educational settings – currently Additionally Resourced Centres and Additionally Resourced Provision Pre-Tender.

Similar presentations


Presentation on theme: "Speech and language therapy in specified educational settings – currently Additionally Resourced Centres and Additionally Resourced Provision Pre-Tender."— Presentation transcript:

1 Speech and language therapy in specified educational settings – currently Additionally Resourced Centres and Additionally Resourced Provision Pre-Tender Information 19 July 2017

2 l Contract Opportunity
Speech and language therapy in specified educational settings – currently Additionally Resourced Centres and Additionally Resourced Provision Provision of speech and language therapy to children and young people with special educational needs in specified educational settings – currently Additionally Resourced Centres and Additionally Resourced Provision. Portal Reference DN288279 l

3 Procurement Documents Broadly utilising the OPEN PROCEDURE under the ‘Light Touch Regime’
The Contract will have these documents within the tender pack. ITT Part 1 - Introduction and organisation’s guide to the process; ITT Part 2 - Instructions and details of Contract; ITT Schedule 1 – Service Specification ITT Schedule 2 – The Contract ITT Schedule 3 – Form of Tender including the Pricing Schedule ITT Schedule 4 – Certificate of Non Collusion and Non Canvassing ITT Schedule 5 – Tender Response Form ITT Schedule 6 – Pre-Qualification Questionnaire ITT Schedule 7 – TUPE Information l

4 ITT Schedule 1 – Service Specification
Each Service Specification includes the following 5 sections: Section 1: Background to the requirement Section 2: Service requirements Section 3: Performance, monitoring and outcomes Section 4: Other requirements Section 5: Appendices

5 ITT Schedule 2 – The Contract and some of the clauses

6 The Contract includes all of the obligations you will have to perform under the Contract The Contract will include:   Contract Particulars including the Pricing Schedule and any specific provisions for the Contract , for example, method statements, tender response forms or lists of services;   the Special Terms and Conditions of Contract;   the Standard Terms and Conditions of Contract

7 ITT Schedule 3 – Form of Tender and ITT Schedule 4 – Certificate of Non Collusion and Non Canvassing

8 ITT Schedules 3 and 4 must be signed by Tenderers
ITT Schedules 3 and 4 must be signed by Tenderers. The Schedule 3 - Form of Tender includes an Appendix - Pricing Schedule. The Pricing Schedule has 2 Parts. Part 2 is in the form of an excel spreadsheet which tenderers will need to complete.

9 ITT Schedule 5 – Tender Response Form

10 Responses on this form will be used to assess tenders against the scoring criteria. All questions should be individually answered and be no more than the word length identified for each question, using a minimum of Arial font, point 12. Don’t assume we know your organisation, write as if to a new customer, give us sufficient detail

11 Each question will be evaluated in accordance with the below:
Score Classification 100 Exceptional response in all areas 90 Exceptional response with some minor shortcomings, or very good response with some exceptional elements 80 Very good response in all areas 70 Very good response with some minor shortcomings, or good response with very good elements 60 Good response in all areas 50 Good response with some minor shortcomings, or acceptable response with good elements 40 Acceptable response in all areas 30 Acceptable response with some minor shortcomings, or poor response with some acceptable elements 20 Poor response in all areas 10 Very poor response that is significantly below expectations in all areas No response, or inappropriate response in all areas

12 ITT Schedule 6 – Pre Qualification Questionnaire (PQQ)

13 The PQQ document will be based on the Crown Commercial Services model and asks about different aspects of an organisations business as follows: SECTION 1 - Supplier information SECTION 2 - Grounds for mandatory exclusion SECTION 3 - Grounds for discretionary exclusion SECTION 4 - Economic and Financial Standing SECTION 5 - Technical and Professional Ability SECTION 6A - Project specific questions to assess Technical and Professional Ability SECTION 6B - Project specific questions to assess Insurance SECTION 6C - Project specific questions to assess Equalities SECTION 6D - Project specific questions to assess Environmental Management SECTION 6E - Project specific questions to assess Health and Safety The Council uses the above information to assess the suitability of an organisation to deliver the contract. l

14 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
Bidding Organisations with elements of sub-contract arrangements If you are an organisation bidding for the Contract opportunity and you are intending to sub-contract elements of the contract requirements, then you will need to: Provide details of who you are intending to sub-contract to; and Confirm that you will take responsibility to ensure your sub-contractors adhere to all requirements of the Pre-Qualification Questionnaire (PQQ) l

15 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
Supplier Information (Section 1) Required for information only Set out the details about your organisation Grounds for Mandatory (Section 2) / Discretionary (Section 3) Exclusion Demonstrates that you are not in breach of the EU Public Contract Regulations 2015, for example if you have any convictions you need to declare them If you confirm you or your organisation has been convicted of any of the offences or acts, the Council reserves the right to disqualify you from the process at this point in the evaluation Evaluated on a pass/fail basis l

16 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
Economic and Financial Standing (Section 4) Demonstrates your level of economic and financial capacity Your organisation will need to confirm that you have met the terms of all of your financial agreements and obligations or provide a satisfactory bankers’ reference Evaluated on a Pass/Fail basis l

17 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
Technical and Professional Ability (Section 5 and 6A) Section 5 - Demonstrates your ability to deliver the services required for the delivery of the contract, through relevant experience and examples Section 6A - Demonstrates specific questions relating to the technical and professional ability in relation to Safeguarding. Section 6A will be scored. l

18 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
Insurance (Section 6B) You will need to self-certify whether you already have, or can commit to obtain, prior to the commencement of the Contract, the levels of insurance cover indicated in the tender documents This question will be scored on a pass/fail basis Compliance with Equalities (Section 6C) You will be asked if there has been any finding of unlawful discrimination made against your organisation You will be asked if there has been a complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds or alleged unlawful discrimination? l

19 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
Environmental Management (Section 6D) You will be asked if you have been convicted of breaching environmental legislation. Your Organisation will need to confirm that you comply with current legislation Your Organisation will need to confirm that you have arrangements in place to comply with Health and Safety and Fire Safety legislation Health and Safety (Section 6E) These questions will be scored on a pass/fail basis If the restricted procedure is used then the slides need to be changed. l

20 PRE-QUALIFICATION QUESTIONNAIRE (PQQ)
General Feedback Don’t assume we know your organisation, write as if to a new customer, give us sufficient detail Tell us about the work you do with the Councils of the North East region Present your information clearly, don’t hide documents or information Answer each question directly within the designated box for that particular question taking account of the word limit and if attachments are allowed Appendices will only be considered if they are relevant to a specific question and they have been asked for. Please reference accordingly. References Give references for information and clarification purposes These should relate to the experience of similar contracts given under technical and professional ability (Section 5) Where possible don’t give referees within North East Councils l

21 How to tender for the opportunity

22 l All Tender documentation will only be published on the NEPO
Electronic Tendering portal at website - In order to be considered for the opportunity, please register your details free of charge on the above NEPO Electronic Tendering Portal. Once registered you can express an interest and download the tender documentation You can register your details on the NEPO Electronic Tendering Portal by entering the ‘Suppliers Area’ and following the registration instructions If you are experiencing a problem please read the reference guides by clicking the icon If you still have no solution to your problem then please contact: NEPO Support Team, By Tel: or By l

23 The NEPO Portal To view new functionality, guidance and
video tutorials visit: Website: NEPO Portal Support: Tel:

24 All timescales are subject to change.
W/C 24 July 2017 – Tender Documents will be published on the NEPO Electronic Tendering Portal W/C 7 August 2017 – Deadline for the return of all tender documents (via NEPO Electronic Tendering Portal) W/C 7 August 2017 – Evaluations / Clarifications End of August 2016 – Obtain approval to award the Contract W/C 4 September 2017 – Newcastle City Council will announce its intention to award and adhere to the 10 day Alcatel standstill period W/C18 September 2017 – Contract Award 1 November 2017 – Contract commence All timescales are subject to change. l

25 Procurement Documents Questions and Answers
For audit trail purposes all queries relating to the published tender information must be raised electronically via the NEPO Electronic Tendering Portal, within the Discussion Area. Newcastle City Council will respond through this system so it is visible to all Tenderers where appropriate Please note that our responses to any queries or clarification requests will be circulate to all Tenderers unless the Council’s deems it to be Provider specific Please leave sufficient time to allow the Council to respond to your questions and raise your queries no less than four working days before the tender return date Please ensure you allow sufficient time to upload your tender submission to the NEPO Electronic Tendering Portal, as a one-second delay over the deadline results in the system deeming your submission as a late tender submission. This may result in your Tender not being considered l

26 Procurement Contact The Procurement Officer responsible for the procurement activity is Kirsty Williams, Telephone: ; Please remember for audit purposes all questions regarding the tender must be raised via the electronic tendering portal through the Discussion Area and not to Kirsty’s personal . Please remember to give yourself enough time to upload your tender submission. l


Download ppt "Speech and language therapy in specified educational settings – currently Additionally Resourced Centres and Additionally Resourced Provision Pre-Tender."

Similar presentations


Ads by Google