parkside logistics and rail freight interchange study...

42
Parkside Logistics and Rail Freight Interchange Study Tender Brief February 2016

Upload: others

Post on 15-May-2020

14 views

Category:

Documents


0 download

TRANSCRIPT

Parkside Logistics and Rail Freight Interchange Stu dy Tender Brief

February 2016

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 2

Table of Contents 1. 2. 3. 4. 5. 6. 7. 8. 9.

Introduction Background and Context Methodology and Scope Project Timetable Requirements and Outputs Tender Submission Requirements Financial Considerations and Payment Profile Assessment Criteria Tendering Process and Basis of Appointment Appendix 1: Relevant Existing Information Appendix 2: Schedule of Prices Appendix 3: Freedom of Information & Government Transparency Agenda Appendix 4: Tender Evidence Document

3 3 4 6 7 8 8 9

10 13 14 16

20

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 3

1. Introduction 1.1 St. Helens Council is seeking tender submissions from suitably qualified and

experienced consultants to undertake a study to investigate the feasibility of delivery options for road and rail-linked logistics development on land at the former Parkside colliery site.

1.2 The Study will help inform and advise on the preparation of the St. Helens Local Plan 2018-2033 and therefore should be carried out in compliance with the National Planning Policy Framework (NPPF) and the Planning Practice Guidance (PPG).

1.3 It is also likely that a planning application will be made for logistics development on the Parkside site in 2016. The successful consultant could be required to review some areas of the planning application on behalf of the Council.

1.4 Written quotations must meet the requirements set out in this Brief and be

submitted electronically through the North West Local Authority Procurement Portal, “the Chest”: https://www.the-chest.org.uk.

2. Background and Context 2.1 St. Helens Borough is a Unitary Authority in Merseyside with a population of

over 176,000 and covering an area of 135 km2.

2.2 The St. Helens Core Strategy was adopted in October 2012 and contains strategic policies and housing and employment land targets covering the period 2012 to 2027. The Core Strategy identified Parkside as a strategic location for a Strategic Rail Freight Interchange (SRFI) in Policy CAS 3.2. The Council is currently in the process of preparing a new Local Plan which will contain all policies and allocations and will replace the Core Strategy and Saved Unitary Development Policies (1998). As part of the preparation of the Local Plan, the Council is currently undertaking a Green Belt review to find land to accommodate housing and employment uses.

2.3 There is a long standing history of developer interest in bringing the site of the former Parkside Colliery and its immediate environs forward for development. There have been a number of planning applications for warehousing and distribution since the colliery closed, including for a SRFI, and the area was highlighted as a potential location for inter-modal freight terminal in the now withdrawn Regional Spatial Strategy (RSS).

2.4 Background papers were prepared by URS to support the identification of the site as a strategic location in the Core Strategy. This identified the potential to provide an SRFI of between 85 and 155 hectares in size.

2.5 In January 2014 a new joint venture company, Parkside Regeneration LLP, acquired the elements of the Parkside site owned by the previous owner, Pro-Logis. The joint venture is made up of St. Helens Council and Langtree with the aim of bringing forward economic development and employment opportunities on the site.

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 4

2.6 The Study will be used to inform and support the ATLANTIS programme, a European transnational project that is seeking support under the EU’s new Motorways of the Sea programme.

3. Methodology and Scope 3.1 The Study should cover the stages outlined below.

Stage 1: Background, Planning Policy Assessment, Market Demand and Alternative Sites Assessment

3.2 Stage 1 should include the following:

o Background: Outline of site history and site overview.

o Planning policy assessment: A review of Government policy on Rail

Freight Interchanges (RFIs) should be provided. A critical component of the Study will be the definition of a Rail Freight Interchange (RFI) in national policy and guidance, including size, uses and features, considering latest national policy regarding RFIs in the NPPF and when they are regarded as SRFIs and Nationally Significant Infrastructure Projects (NSIP) according to the Planning Act 2008, Strategic Rail Freight Interchange Policy Guidance (2011) and National Policy Statement for National Networks (2014).

o Market demand and supply assessment: The main focus of this

element of the Study should be to establish the market demand and supply position for large scale B8/B2 logistics-led development and (S)RFIs. It should consider the need for very large logistics (B8) and manufacturing (B2) development sites in the same catchment area as the former Parkside Colliery site, utilising existing data sources such as the NAI Haywards SuperPort Supply and Demand1Report (2014),

Liverpool City Region Freight Study: Stage 1 (2014) and the St.Helens Employment Land Needs Study (2015). It should then review the catchment area, current and future rail freight trends, forecasted rail growth, operator requirements, existing and planned capacity in the catchment and demand nationally and in the region and other sites in more detail. Consideration should be given to what other locations have the potential to accommodate (S)RFI development in the wider catchment area. These sites should be briefly compared to Parkside.

3.3 The market demand and supply assessment should be informed by

discussions with Network Rail, rail freight operators and other rail freight users. This element of the Study should seek to establish if there is a demonstrable need for a (S)RFI in the catchment area.

Stage 2: Rail and road access, technical issues and potential design

3.4 Stage 2 should include the following:

1 Liverpool City Region, SuperPort. An Analysis of the Supply Of, And Demand For, Distribution Space within the Liverpool City Region (NAI Haywards, March 2014) available here: http://3-mg.co.uk/wp-content/uploads/2014/04/Liverpool-SuperPort-report-2013-final-25.04.14.pdf

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 5

o SRFI: A broad outline of the operational requirements of a RFI / SRFI should be provided. The Study should identify what on-site rail infrastructure would be required including the number and length of sidings. The Study should consider options for achieving rail access to the site (access points, etc.), from meeting minimum operator requirements for an RFI up to a full NSIP SRFI standard, with a broad indicative cost and assessment of the relative viability of each variant. From past planning applications and from the previous Core Strategy work it is envisaged that there may be three potential options to consider for the location of rail infrastructure on the site.

o Rail Access: Availability of paths/access on the Rail Network for freight

services now and in the future to service the site should be assessed and should include discussions with Network Rail and rail freight operators.

o Site Access: The Study requires identification of the access points from the existing highway and the headline technical design issues associated with constructing new highway infrastructure within the site and connecting to the existing network. Options would include utilising existing roads with minimal alterations, new access directly from the M6 though a new dedicated access, access from the M6 J22 via the A579 Winwick Lane and a link across the M6 (either bridge or tunnel), which should be discussed with Highways England. Indicative headline costs are required on the likely highway infrastructure costs from industry guidance (such as Spon’s and “The Little Black Book”).

o Road: The Study requires identification of local network capacity issues. At this stage a local network model is not required and would be undertaken by a proposed developer as part of the Transport Assessment process. However using existing data, existing modelling assessments from LCRTM (Liverpool City Region Transport Model) and Highways England Models along with potential trip generation from Stage 3 of the Study. A review is required on the key issues on the adjacent local network that might be impacted by or impact on the site. It is envisaged that new trip generation data that is being gathered to support new development proposals for the site will be made available for review as part of the Study.

o Public Transport/Active Travel: An assessment of existing public

transport services and active travel routes is required. Identification of new or extended public transport services and improvements to the active travel network need to be identified with outline costs. Discussions should be held with Merseytravel and St Helens Transport Policy team.

3.5 It is likely that new proposals and supporting evidence for the Parkside site

will be made available for review and reference as part of this Study in April 2016.

Stage 3: Site development design options and viability assessment

3.6 Stage 3 should seek to assess the suitability of allocating the site for large scale B8/B2 logistics-led employment development with a S(RFI).

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 6

3.7 The commercial requirements of a (S)RFI should be broadly outlined and include reference to operational (S)RFIs. Analysis should be provided of the average footprint (in site size and floorspace) of existing and proposed (S)RFIs and how the size of a site impacts on viability.

3.8 Building on the findings of Stages 1 and 2, broad development options to support the delivery of large scale B8/B2 logistics-led employment development with a S(RFI) should be developed. For each option this would set out:

o broad indicative layout, floorspace and phasing; o rail access; o road (HGV) access; o public transport access; o broad traffic generation, highways impacts and mitigation; o broad environmental impacts and mitigation; o headline economic viability; and o policy compliance.

3.9 The option appraisal should consider whether retaining part of the site for an

(S)RFI until a last phase of development would be a viable option. The viability assessment should be informed by reviewing the development and operation of existing RFIs and SRFIs, where possible best practice approaches should be highlighted.

3.10 Advice should be given on the impact of the existing Core Strategy Policy CAS 3.2 on the redevelopment potential of the site for delivery of large scale B8/B2 logistics-led employment development with a S(RFI).

3.11 If the viability of large scale B8/B2 logistic-led development with a (S)RFI is uncertain, broad options should be tested for a mix of uses that could help improve viability and provide the necessary revenue to deliver the (S)RFI.

Stage 4: Overview of overall development potential of the site 3.12 Stage 4 should provide an overview of the overall development potential for

the site and fit with policy regarding large scale B8/B2 logistics-led employment development with a (S)RFI, allocation of Green Belt land and the need to demonstrate exceptional circumstances.

3.13 Recommendations for planning policy development based on the findings of

the Study should be provided. 4. Project Timetable 4.1 The Council requires the study to be completed as soon as possible. The

following is an indicative timescale. Consultants can suggest amendments to the timescale and explain why this is necessary.

Project Milestones Date

Issue of Invitation to submit written quotation

15th February 2016

Deadline for any questions via the 26th February 2016

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 7

Chest Deadline for receipt of written quotations via the Chest

9 a.m. 14th March 2016

Shortlisted consultants invited to interview W/C 21st March 2016

Shortlisted consultants requested to complete Tender Evidence Document W/C 21st March 2016

Interviews2 W/C 28th March 2016 Appointment of consultants W/C 4th April 2016 Inception meeting W/C 4th April 2016 Project meeting to discuss initial findings

W/C 9 May 2016

Draft Report submitted 23rd May 2016 Project meeting to discuss Draft Report W/C 30th May 2016 Submission of Final Report 17th June 2016

5. Requirements and Outputs 5.1 The successful consultant(s) must be able to start work on the production of

the Study by the week commencing 4th April 2016.

5.2 The Council requires the consultants or consortium of consultants, to have skills, knowledge and experience in rail infrastructure design and freight forecasting, completion of transport and infrastructure feasibility studies, viability expertise and a wider understanding of the requirements for Local Plan soundness and robustness under the NPPF and PPG.

5.3 As a minimum the following Study outputs should be provided in line with the project timetable set out above:

o Draft Report to be submitted for comment and review; and o Final Report (including an Executive Summary).

5.4 Five bound copies and an electronic version of the draft and final reports and

appendices (if applicable) should be provided. The reports and relevant data should be provided in Microsoft Word, Excel and Adobe PDF as appropriate.

5.5 As the study is part of an important and high profile EU project there are particular requirements of that project that the appointed contractor will need to ensure are completed. These are likely to be as follows and full details will be agreed with the appointed contractor:

o Ensure all activity is recorded including documentary evidence such

as pictures, videos, meeting minutes etc. o Ensure the EU, and project logos are fully displayed on all published

and electronic material. o Ensure that appropriate evidence is provided to ensure that robust

claims are made on a regular basis. o Ensure that all press releases and promotional material specifically

mention the funding source as EU.

2 The proposed project manager will be required to attend the interview.

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 8

Further Support and Examination

5.6 The consultants may be required to provide further advice leading up to the

Local Plan Examination and to act as an expert witness at the Examination. Consultants could also be required to provide independent advice to the Council should an application be submitted on the Parkside site in the future. The programme and fee for this work will be agreed if required in due course. However consultants are requested to provide fixed daily rates for any additional work within their tender submission.

6. Tender Submission Requirements 6.1 Tender responses must comprise of the following:

o A detailed methodology statement, identifying how the study will be carried out;

o A detailed programme for undertaking the work in line with the timetable above;

o A schedule of costs and activity broken down to personnel involved in the project;

o The names, qualifications and past experience of the persons who will be undertaking the Study;

o A fixed daily rate for additional services which may be required by the Council (for example appearance at Local Plan examinations);

o Evidence of previous commissions of a similar nature along with two references from previous relevant work carried out. Please ensure that the correct contact details are provided including current email address and telephone number. Contractors will lose marks in the evaluation process if specified referees cannot be contacted;

o Confirmation that undertaking this Study would not give rise to conflicts of interest; and

o Where it is proposed to sub-contract any elements of the Study, the company concerned should be identified, together with individuals involved. Information in respect of experience, hourly rates and the role of any sub-contractors in producing the Study should be identified.

7. Financial Considerations and Payment Profile 7.1 It is expected that the Study will be at a cost of around £25,000 - £30,000

including expenses but excluding VAT.

7.2 Payments will be broken down into the following stages:

i. Submission and approval by Council of satisfactory Draft Report: 50%; and

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 9

ii. Submission and approval by Council of satisfactory Final Report: 50%.

8. Assessment Criteria 8.1 The following criteria will be employed by the Council in evaluating tenders:

Evaluation Criteria Weighting (%) Stage 1a: Cost (Fee proposal / value for money of quote) 30 Stage 1b: Quality (Project specific issues) 50 Stage 2: Presentation and interview questions to further demonstrate understanding and appreciation of the tasks to be undertaken and show evidence of relevant skills, knowledge and experience

20

8.2 For Stage 1a, the tender with the lowest price for all the work will be awarded

the full 30%. For each other tender, the score will be calculated by dividing the lowest price (which has already received 30%) by the price of each tender, and then multiplying the resulting fraction by 30 to get a percentage score. For example, if the lowest bid is 7, and bid B is 8, then the score for bid B would be calculated as follows: 7/8 x 30 = 26%.

8.3 Bidders responses will be evaluated, as indicated, and a ‘pre-interview’ score out of 80% (i.e. pre-interview quality plus price) will be achieved.

8.4 A maximum of the 3 highest scoring consultants against Stage 1 (subject to the proximity of scores) will be shortlisted and invited to attend a presentation/interview (Stage 2), to further demonstrate understanding and appreciation of the tasks to be undertaken and show evidence of relevant skills, knowledge and experience. If consultants progress to this stage, then the completion of a Tender Evidence Document will be required.

8.5 Interviews will not be conducted with the 2nd and 3rd place bidders scoring more than 20% behind the 1st placed bidder.

8.6 The successful bidders invited to interview will each be asked the same questions (to be established by the evaluation panel) and scored out of five. This score will be added to the previous score and the successful candidate will be that which achieves the highest overall score. Should evidence emerge at the interview stage that makes the interviewers believe that their “pre-interview” scoring should be changed; the “pre-interview” score can be amended.

8.7 For stages 1b and 2, the Council will use the following mechanism to score the elements of the evaluation criteria.

Score Performance Judgement

0 No response provided Fails to answer the question

1 A very basic response, providing little evidence that the organisation is able to meet requirements or with large areas of improvement identified

Very Poor

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 10

2 A response that mostly fails to meet the requirements but meets some

Poor

3 An adequate response that mostly meets the requirements but fails in parts

Average

4 A good response that meets the requirements well Good

5 A response that exceeds the requirements with added benefits or value

Excellent

Stage 1B (Quality)

1B (i) Demonstration of understanding and appreciation of the outputs required (Section 3), including a detailed explanation of the proposed methodology for undertaking the Study.

/5 15%

1B (ii) Experience of undertaking similar work and experience and qualifications of the personnel proposed to be involved (including sub-contractors). The Council requires the consultants or consortium of consultants, to have skills, knowledge and experience in rail infrastructure design and freight forecasting, completion of transport and infrastructure feasibility studies, viability expertise and a wider understanding of the requirements for Local Plan soundness and robustness under the NPPF and PPG. Two references from previous relevant work should be provided.

/5 20%

1B (iii) Proposed work programme and timescales for undertaking the work including a schedule of the likely number of days each team member will spend on the elements of the work.

/5 10%

1B (iv) How Quality Control will be ensured and what contingency measures will exist to deal with disruptions e.g. staff sickness, staff leaving, etc.

/5 2.5%

1B (v) Confirmation and explanation of how conflicts of interest will be avoided. /5 2.5%

Subtotal /50% Stage 2 (Presentation)

2(i) Presentation and interview questions. /5 20% Subtotal /20%

Total /100% 9. Tendering Process and Basis of Appointment 9.1 The opportunity has been advertised on the North West Local Authority

Procurement Portal, “the Chest”, with a closing date of 9.am Monday 14 th March 2016 . Following this, a short-listing process will be undertaken using the scoring system at Section 8.0. Short listed consultants will be invited to attend for interview during the week commencing 28th March 2016 with a view to the commission starting during the week commencing 4th April 2016.

9.2 Short-listed consultants who progress to Stage 2 will be required to complete a Tender Evidence Document. The contractor must meet the Council’s minimum standards, if the contractor has not provided these previously and

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 11

met such criteria. A copy of this document has been supplied with the tender brief at Appendix 4.

9.3 For audit purposes any questions or queries in relation to the tender should be raised via the Chest.

9.4 The Council may treat a written quotation as ineligible to qualify if the consultant submits a response that is incomplete or not received by the required time and date. The Council reserves the right not to accept any quote.

Confidentiality

9.5 The consultant is under duty not to divulge or otherwise use any information relating to the Council's operation or commissions to any third party other than in the normal course of undertaking tasks authorised by the Council.

9.6 The Council will not provide commercial details of the consultant’s operation to any third party other than to provide normal commercial references with the consent of the consultant.

9.7 Any proposal by the consultant to publicly identify its appointment with the

Council shall require the approval of the Council, such approval not being unreasonably withheld.

Conflicts of Interest

9.8 The consultant is to take all necessary action to avoid conflict of interest when undertaking commissions on behalf of the Council. This will also apply to any sub-contractors appointed by the consultant.

9.9 The Council's consultants will not normally be expected to advise grant recipients or other organisations financially benefiting from the Council's activities.

9.10 Any potential conflict of interest must be notified to the Council and prior

permission sought from the Council. 9.11 Failure to comply fully with the above conditions may result in immediate

termination of the consultant's appointment with the Council, irrespective of the termination notice provisions set out elsewhere in this document. Copyright

9.12 Copyright in all documents prepared by the consultant shall, unless otherwise agreed, be vested in the Council. The Council will be entitled to use all documents prepared by the consultant without additional payment.

9.13 Should the consultant wish to retain full copyright of any document these shall be identified prior to the commencement of the commissioned tasks and the written agreement of the Council sought.

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 12

Freedom of Information

9.14 The Council has obligations and responsibilities under the Freedom of Information Act (2000) to provide, on request, access to recorded information held by it. Bidders who consider any of information they submit in the Invitation to Tender document, or anything that follows, should not be disclosed to a third party because of its sensitivity, should provide a schedule of that information. Further details are enclosed at Appendix 3.

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 13

Appendix 1: Relevant Existing Information A Transport Plan for Growth, Liverpool City Region Combined Authority: http://www.merseytravel.gov.uk/about-us/local-transport-delivery/Documents/8375%20Plan%20for%20growth%20WEB%20FINAL.pdf Allocations Local Plan Economic Evidence Base Paper 2015: http://www.sthelens.gov.uk/what-we-do/planning-and-building-control/planning-policy/new-local-plan/ Core Strategy Background Paper – Parkside SRFI 2010: http://www.sthelens.gov.uk/media/272712/tp42a.pdf Core Strategy Background Paper – Parkside SRFI – Addendum 2011: http://www.sthelens.gov.uk/media/272713/tp42b.pdf Core Strategy Background Paper – Parkside SRFI – Update 2011: http://www.sthelens.gov.uk/media/272714/tp42c.pdf Liverpool City Region Growth Plan and Strategic Economic Plan: https://www.liverpoollep.org/wp-content/uploads/2015/06/wpid-final-growth-plan-and-stategic-economic-plan-portrait.pdf Liverpool City Region Strategic Economic Plan Investment Pipeline: https://www.liverpoollep.org/wp-content/uploads/2015/06/wpid-annex-b-strategic-economic-plan-investment-pipeline-12-2013.pdf Liverpool City Region, SuperPort. An Analysis of the Supply Of, And Demand For, Distribution Space within the Liverpool City Region 2014: http://3-mg.co.uk/wp-content/uploads/2014/04/Liverpool-SuperPort-report-2013-final-25.04.14.pdf St. Helens Local Plan Scoping Consultation Document 2016: http://www.sthelens.gov.uk/media/861087/st._helens_local_plan_scoping_consultation_document_jan_2016.pdf St. Helens Local Plan Core Strategy 2012: http://www.sthelens.gov.uk/media/354627/ldf43e.pdf St. Helens Employment Land Needs Study 2015: http://www.sthelens.gov.uk/what-we-do/planning-and-building-control/planning-policy/new-local-plan/ Third Local Transport Plan for Merseyside 2011: http://www.merseytravel.gov.uk/about-us/local-transport-delivery/Pages/MTP.aspx Various Superport information: http://www.liverpoollep.org/priorities/superport.aspx and http://www.superport.co.uk/

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 14

Appendix 2: Schedule of Prices SCHEDULE OF PRICES

I / We the undersigned hereby offer to provide the goods and / or services described or referred to in the invitation to tender documentation for the following costs, exclusive of value added tax:

(All costs to be quoted in pounds sterling and exclusive of V.A.T.)

Description of Survey/Study Work UNIT COST (excl V.A.T) £ : p

[Please also note that the prices below are summaries of the information to be supplied in your completed tender document in order to address Section 3] 1 Undertaking the Parkside Logistics and Rail Freight

Interchange Study as detailed in section 3.0;

TOTAL COST OF CONSULTANCY SERVICES TO UNDERTAKE ABOVE-NAMED STUDY WORK

£ :

The above costs include all travelling / subsistence, expenses and disbursements.

i) Settlement Terms: _______________________________ ii) Period for which price will remain fixed (from closing date for quotes):

____ __ __ iii) State any other charges: __________________________

I / We hereby offer to supply the above mentioned goods and / or services on the Council’s Standard Conditions of Contract and Special Conditions (if any) and confirm that we have read, understood and agree to be bound by the Council’s Standard Terms and Conditions and Special Conditions for all orders placed as a result of this process.

Signed

Name (Block Capitals)

Job Title

For and on behalf of

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 15

FOR COUNCIL USE ONLY

If contract awarded, complete the information below and send, along with the monitoring sheet, to:

Name of Company:

Address of Company:

Contract is for (type of supply, service, etc)

Annual estimated value:

Contract start:

Contract end:

Contact Officer:

Ext:

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 16

Appendix 3: Freedom of Information & Government Transparency Agenda Freedom of Information The Council has obligations and responsibilities under the Freedom of Information Act (2000) to provide on request, access to recorded information held by it. Bidders who consider that any information submitted in the Invitation to Tender document, or subsequently should not be disclosed to a third party because of its sensitivity should provide a schedule of that information. The Schedule should contain: a. Full reasons as to why disclosure is considered to be likely to prejudice the

commercial interest of the bidder and would therefore constitute an actionable breach of confidence. Please note that the commercial interest exemption is subject to a public interest test. That is, we (a public authority) can only withhold commercially sensitive information where the public interest in maintaining the exemption outweighs the public interest in disclosing information.

b. Reasonable timescales during which that information should not be disclosed. St. Helens have developed a Freedom of Information Policy that outlines the main obligations under the Act and the procedures to be followed when a request is received. This policy can be found on the St. Helens website under ‘Your Council/Contacting the Council’. This document is designed to provide specific guidance in respect of requests for procurement related information. Transparency Under the Government’s Transparency Agenda, the Council has a duty (within the provisions of the Data Protection Act 1998, Freedom of Information Act 2000 and the Environmental Information Regulations 2004), to publish online expenditure over £500.00 and to publish procurement documentation, including tenders and resulting contracts. Suppliers and those organisations looking to bid for public sector contracts should be aware that the Authority’s tender documentation and the resulting contract may be published if the contract has a value above a threshold determined by the Authority. Limited redactions may be made to such documentation before it is published, however redactions must be within the provisions of the Data Protection Act 1998, Freedom of Information Act 2000 and the Environmental Information Regulations 2004 and are subject to the public interest test. Instructions to Bidders Following the expiry of any standstill period, the Authority may be required to publish online the contract / agreement arising from this procurement, including associated schedules, technical requirements and proposals. At the same time, the Authority is required to publish summary data about the contract. Summary data includes the following:

� Details of the authority / department to which the contract relates � Scope of the contract � Description of the contract � Start and End dates and extension period if applicable � Value

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 17

� Supplier name and type of organisation Sharing Performance Information/Data The Council may be requested to share performance data with Commissioners on a regional or national basis, for example for benchmarking purposes. Equally you are required to indicate if you feel that any such information/data may be exempt from disclosure. Bidders are therefore requested to indicate those parts of the contract which they consider to be exempt from disclosure under the Freedom of Information Act 2000, or if applicable the Environmental Information Regulations 2004 by completing the attached redactions schedule. All redactions must be fully justified. Bidders are also required to indicate if any of the summary data which is to be published may be exempt from disclosure. The Authority will be responsible for determining in its absolute discretion what provisions within the tender documentation, contract and summary data are exempt from disclosure and therefore which provisions may be redacted in the published versions. In doing so the Authority will take into account reasonable representations made by Bidders in the redaction schedule below , such representations should therefore be clear and provide the necessary evidence and justification for redactions.

Parkside Logistics and Rail Freight Interchange Study – February 2016

St.Helens Council 18

Exemptions to FOI requests / Redactions Schedule to be completed by Bidders Bidders are required to complete the attached schedule in respect of:

a) Information considered to be exempt from the Freedom of Information Act; b) Information to be redacted in any subsequent publication of contracts and tender documentation.

Document Clause / Sub

Clause Specific text / numbers to be exempted / redacted

Applicable FOI exemption or EIR exception

Justification for the exemption / redaction including the identification of the specific harm that will be caused, the likelihood of the harm and the severity of the harm.

Public Interest Factors in relation to a Qualified Exemption

Time period of sensitivity

Page left intentionally blank

Page 20 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

Appendix 4

Tender Evidence Document (T.E.D)

Opportunity Title

Parkside Logistics and Rail Freight Interchange Study

Winning bidder(s) will be required to complete the Authority’s Tender Evidence Document and must meet the Authority’s minimum standards if they have not

previously provided and met such criteria.

This document should be completed and returned with supporting documents during W/C 21st March 2016 after bids are evaluated and when requested to by the

Council .

The Authority will not accept documents submitted after the deadline.

Page 21 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

The criteria for the assessment of this section of the tender are as follows:

Questions Score /

Status

1 - Supplier information

1.1 Supplier Details FI

1.2 Bidding Model FI

1.3 Contact Details FI

1.4 Licensing and Registration

1.4.1 Registration with a professional body Y/N

1.4.2 Member of relevant organisation Y/N

2 – Grounds for mandatory exclusion

2.1 - Conviction of Offences Y/N

2.2 – Non-Payment of Taxes Y/N

3 – Grounds for discretionary exclusion – Part 1

3.1 – Conflicts of interest Y/N

4 – Grounds for discretionary exclusion – Part 2

CENTRAL GOVERNMENT ONLY N/A

5 – Economic and Financial Standing

5.1 - Provide accounts and turnover Information FI

5.2 - Minimum level of economic and financial standing Y/N

5.3 – Part of a wider group Y/N

6 – Technical and Professional Ability

6.1 - Reference 1 FI

6.2 - Reference 2 FI

6.3 - Reference 3 FI

6.4 – Contract delivered and evidence of technical capability FI

6.5 – Information if you are a new start-up company FI

7 – Additional Modules

A – Project specific questions to assess Technical and

Professional Ability

1. Only apply when relevant N/A

B - Insurance

B.1 - Employer’s Liability Insurance FI

B.2 - Public Liability (third party) Insurance * FI

B.3 - Insurance clarification Pass/Fail

B.4 - Insurance claims Pass/Fail

B.5 - Insurance “Principals” clause Pass/Fail

B.6 - Principals clause Guarantee Pass/Fail

C – Compliance with Equality Legislation

C.1 - Signed and returned a copy of the Organisational Equality

Policy and Action Plan

Pass/Fail

D – Environmental Management

D.1 – Sustainability & Environmental Declaration Pass/Fail

D.2.1 – D.2.6 - Supporting evidence of commitment Pass/Fail

E – Health & Safety

E.1 - Health and Safety Accreditation Yes/No

E.2 - Health and Safety Policy and Procedures Pass/Fail

Page 22 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

E.3 - Health and Safety risk assessments and method statements

relevant to the contract

Pass/Fail

E.4 - Health and Safety Contact Pass/Fail

E.5 - Health and Safety Contact CV Pass/Fail

E.6 - Health and Safety Communication and Compliance Pass/Fail

E.7 - Health and Safety Strategy Pass/Fail

E.8 - Health and Safety Audits Pass/Fail

E.9 - Health and Safety Training Pass/Fail

E.10 - Health and Safety Prosecutions Pass/Fail

8 – Declaration

8 - Signature confirming undertakings Pass/Fail

8.1 - Name FI

8.2 - Role in Organisation FI

8.3 - Date FI

8.4 - Signature FI

Pass/Fail criteria - This question will be assessed on a PASS / FAIL basis. If an Applicant cannot

confirm any of the statements/provide the required information, the Council reserves the right

to disqualify the Applicant.

FI (FOR INFORMATION) – Is perceived as for information only (i.e. no impact). These questions

are for information only to ensure the Council has the Applicants correct details.

Yes/No - Suppliers are to certify that they meet the requirements for these modules and will

be required to provide evidence of this if they are successful at contract award stage.

Page 23 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016 Tender Evidence Document

(T.E.D)

Notes for completion

1. The “authority” means the public sector contracting authority, or anyone acting on behalf of

the contracting authority, that is seeking to invite suitable Suppliers to participate in this

procurement process.

2. “You”/ “Your” or “Supplier” means the body completing these questions i.e. the legal entity

seeking responsible for the information provided. The ‘Supplier’ is intended to cover any

economic operator as defined by the Public Contracts Regulations 2015 and could be a

registered company; charitable organisation; Voluntary Community and Social Enterprise

(VCSE); Special Purpose Vehicle; or other form of entity.

3. This Tender Evidence Document (T.E.D) has been designed to assess the suitability of all

successful Suppliers, who have progressed to the award stage of the tender process to deliver

the authority’s contract requirement(s).

4. Please ensure that all questions are completed in full, and in the format requested. Failure to

do so may result in your submission being disqualified. If the question is not applicable to you,

please state clearly ‘N/A’.

5. Should you need to provide additional Appendices in response to the questions, these

should be numbered clearly and listed as part of your declaration. A template for providing

additional information is provided at the end of this document.

6. Please return a completed version of this document via the Chest portal:

Named procurement officer Rachel McGreal

Name of contracting authority St. Helens Council

Deadline for receipt of T.E.D

(UK date and time)

W/C 21st March 2016

Verification of Information Provided

7. Whilst reserving the right to request information at any time throughout the procurement

process (such as the questions to Technical and Professional Ability at Stage 1 of the process)

the authority is now exercising the right to obtain further evidence after the final tender

evaluation decision i.e. from the winning Supplier/s only.

Sub-contracting arrangements

8. Where the Supplier proposes to use one or more sub-contractors to deliver some or all of

the contract requirements, a separate Appendix should be used to provide details of the

proposed bidding model that includes members of the supply chain, the percentage of work

being delivered by each sub-contractor and the key contract deliverables each sub-contractor

will be responsible for.

Page 24 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

9. The authority recognises that arrangements in relation to sub-contracting may be subject to

future change, and may not be finalised until a later date. However, Suppliers should be aware

that where information provided to the authority indicates that subcontractors are to play a

significant role in delivering key contract requirements, any changes to those subcontracting

arrangements may affect the ability of the Supplier to proceed with the procurement process

or to provide the supplies and/or services required.

Suppliers should therefore notify the authority immediately of any change in the proposed

subcontractor arrangements. The authority reserves the right to deselect the Supplier prior to

any award of contract, based on an assessment of the updated information.

Consortia arrangements

10. If the Supplier completing this Document is doing so as part of a proposed consortium, the

following information must have been provided at Stage 1 of the process and evidence

provided at Stage 2.

names of all consortium members;

the lead member of the consortium who will be contractually responsible for delivery of the

contract (if a separate legal entity is not being created); and

if the consortium is not proposing to form a legal entity, full details of proposed arrangements

within a separate Appendix.

11. Please note that the authority may require the consortium to assume a specific legal form if

awarded the contract, to the extent that a specific legal form is deemed by the authority as

being necessary for the satisfactory performance of the contract.

12. All members of the consortium will be required to provide the information required in all

sections of the SAQ as part of a single composite response to the authority i.e. each member of

the consortium is required to complete the form.

13. Where you are proposing to create a separate legal entity, such as a Special Purpose

Vehicle (SPV), you should have provided details of the actual or proposed percentage

shareholding of the constituent members within the new legal entity in a separate Appendix.

14. The authority recognises that arrangements in relation to a consortium bid may be subject

to future change. Suppliers should therefore respond on the basis of the arrangements as

currently envisaged. Suppliers are reminded that the authority must be immediately notified of

any changes, or proposed changes, in relation to the bidding model so that a further

assessment can be carried out by applying the selection criteria to the new information

provided.

The authority reserves the right to deselect the Supplier prior to any award of contract,

based on an assessment of the updated information.

Page 25 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

Confidentiality

The authority confirms that it will keep confidential and will not disclose to any third parties

any information obtained from a named customer contact, other than to the Cabinet Office

and/or contracting authorities defined by the Public Contracts Regulations.

Page 26 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

1: Supplier information

1.1 Supplier details Answer

Full name of the Supplier completing the TED

Registered company address

Registered company number

Registered charity number

Registered VAT number

Name of immediate parent company

Name of ultimate parent company

Type ‘X’ here

Please mark ‘X’ in the relevant box to indicate your trading status.

i) a public limited company Yes

ii) a limited company Yes

iii) a limited liability partnership Yes

iv) other partnership Yes

v) sole trader Yes

vi) other (please specify) Yes

Please mark ‘X’ in the relevant boxes to indicate if any of the following classifications apply to you.

i) Voluntary, Community and Social Enterprise (VCSE)

Yes

ii) Small or Medium Enterprise (SME)

Yes

iii) Sheltered workshop Yes

iv) Public service mutual Yes

1.2 Bidding model

Please mark ‘X’ in the relevant box to indicate whe ther you are; Type ‘X’ here

a) Bidding as a Prime Contractor and will deliver 100% of the key contract deliverables yourself

Yes

b) Bidding as a Prime Contractor and will use third parties to deliver some of the services.

Yes

If yes, please provide details of your proposed bidding model that includes members of the supply chain, the percentage of work being delivered by each Subcontractor and the key contract deliverables each Subcontractor will be responsible for.

Page 27 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

c) Bidding as Prime Contractor but will operate as a Managing Agent and will use third parties to deliver all of the services

Yes

If yes, please provide details of your proposed bidding model that includes members of the supply chain, the percentage of work being delivered by each sub-contractor and the key contract deliverables each sub-contractor will be responsible for.

d) Bidding as a consortium but not proposing to create a new legal entity. Yes

If yes, please include details of your consortium in the box below and use a separate Appendix to explain the alternative arrangements i.e. why a new legal entity is not being created.

Please note that the authority may require the consortium to assume a specific legal form if awarded the contract, to the extent that it is necessary for the satisfactory performance of the contract.

Consortium members

Lead member

e) Bidding as a consortium and intend to create a Special Purpose Vehicle (SPV).

Yes

If yes, please include details of your consortium, current lead member and intended SPV in the box below and provide full details of the bidding model using a separate Appendix.

Consortium members Current lead member Name of Special Purpose Vehicle

1.3 Contact details

Supplier contact details for enquiries about this document

Name

Postal address

Country

Phone

Mobile

E-mail

Page 28 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

1.4 Licensing and registration (please mark ‘X’ in the relevant box)

Type ‘X’

here

1.4.1 Registration with a professional body

If applicable, is your business registered with the appropriate trade or professional register(s) in the EU member state where it is established (as set out in Annex XI of directive 2014/24/EU under the conditions laid down by that member state).

Yes

No

If Yes, please provide the registration number in the box below and provide a copy of the relevant documentation as an Appendix.

1.4.2 Is it a legal requirement in the state where you are established for you to be licensed or a member of a relevant organisation in order to provide the requirement in this procurement?

Yes

No

If Yes, please provide additional details in the box below of what is required and confirmation that you have complied with this.

Page 29 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

2: Grounds for mandatory exclusion

You will be excluded from the procurement process if there is evidence of convictions relating to specific criminal offences including, but not limited to, bribery, corruption, conspiracy, terrorism, fraud and money laundering, or if you have been the subject of a binding legal decision which found a breach of legal obligations to pay tax or social security obligations (except where this is disproportionate e.g. only minor amounts involved).

If you have answered “yes” to question 2.2 on the non-payment of taxes or social security contributions, and have not paid or entered into a binding arrangement to pay the full amount, you may still avoid exclusion if only minor tax or social security contributions are unpaid or if you have not yet had time to fulfil your obligations since learning of the exact amount due. If your organisation is in that position please provide details using a separate Appendix – to be found at the end of this document. You may contact the authority for advice before completing this form.

2.1 Within the past five years, has your organisati on (or any member of your proposed consortium, if applicable), Direct ors or partner or any other person who has powers of representation, decision or control been convicted of any of the following offe nces?

Please indicate your answer by marking ‘X’ in the relevant box.

Yes No

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

(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906;

(c) the common law offence of bribery;

(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010; or section 113 of the Representation of the People Act 1983;

(e) any of the following offences, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities:

(i) the offence of cheating the Revenue;

(ii) the offence of conspiracy to defraud;

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

(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;

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

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

(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of

Page 30 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;

(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or

(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;

(f) any offence listed -

(i) in section 41 of the Counter Terrorism Act 2008; or

(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;

(g) any offence under sections 44 to 46 of the Serious Crime Act 2007 which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002;

(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996;

(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants etc.) Act 2004;

(k) an offence under section 59A of the Sexual Offences Act 2003;

(l) an offence under section 71 of the Coroners and Justice Act 2009

(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994; or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive -

(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or

(ii) created after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

2.2 Non-payment of taxes

Has it been established by a judicial or administra tive decision having final and binding effect in accordance with the leg al provisions of any part of the United Kingdom or the legal provisions of the country in which your organisation is established (if outside the UK), that your organisation is in breach of obligations related to the payment of tax or social security contributions?

If you have answered Yes to this question, please use a separate Appendix to provide further details. Please also use this Appendix to confirm whether you have paid, or have entered into a binding arrangement with a view to paying, including, where applicable, any accrued interest and/or fines?

Please indicate your answer by marking ‘X’ in the relevant box.

Yes No

Page 31 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

3: Grounds for discretionary exclusion – Part 1 The authority may exclude any Supplier who answers ‘Yes’ in any of the following situations set out in paragraphs (a) to (j). If your organisation is in that position please provide details using a separate Appendix – to be found at the end of this document.

You may contact the authority for advice before completing this form.

3.1 Within the past three years, please indicate if any of the following situations have applied, or currently apply, to you r organisation.

Please indicate your answer by marking ‘X’

in the relevant box.

Yes No

(a) your organisation has violated applicable obligations referred to in regulation 56 (2) of the Public Contracts Regulations 2015 in the fields of environmental, social and labour law established by EU law, national law, collective agreements or by the international environmental, social and labour law provisions listed in Annex X to the Public Contracts Directive as amended from time to time;

(b) your organisation is bankrupt or is the subject of insolvency or winding-up proceedings, where your assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State;

(c) your organisation is guilty of grave professional misconduct, which renders its integrity questionable;

(d) your organisation has entered into agreements with other economic operators aimed at distorting competition;

(e) your organisation has a conflict of interest within the meaning of regulation 24 of the Public Contracts Regulations 2015 that cannot be effectively remedied by other, less intrusive, measures;

(f) the prior involvement of your organisation in the preparation of the procurement procedure has resulted in a distortion of competition, as referred to in regulation 41, that cannot be remedied by other, less intrusive, measures;

(g) your organisation has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions;

(h) your organisation— (i) has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria; or

(ii) has withheld such information or is not able to submit supporting documents required under regulation 59 of the Public Contracts Regulations 2015; or

(i) your organisation has undertaken to

(aa) unduly influence the decision-making process of the contracting authority, or

Page 32 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

(bb) obtain confidential information that may confer upon your organisation undue advantages in the procurement procedure; or

(j) your organisation has negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

4: Grounds for discretionary exclusion – Part 2 (Not Applicable)

Central Government Only

5. Economic and financial standing

FINANCIAL INFORMATION Please indicate your answer with an ‘X’ in

the relevant box.

5.1 Please provide one of the following to demonstrate your economic/financial standing;

(a) A copy of the audited accounts for the most recent two years

(b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation

(c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position

(d) Alternative means of demonstrating financial status if any of the above is not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).

5.2 Where the authority has specified a minimum level of economic and financial standing and/or a minimum financial threshold within the evaluation criteria for this document, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set out here.

Yes

No

Is your company’s credit rating in a “fair” financial position or above?

Please self-certify Yes or No.

St Helens reserve the right to perform a financial check on the credit rating of the company and may exclude a company based on the results if they do not meet or exceed the above criteria.

Yes

No

5.3 Are you part of a wider group (e.g. a subsidiary of a holding/parent company)?

If yes, please provide ultimate / parent company accounts if available.

Yes

No

If yes, please provide the name and relationship of the wider group in the box below.

Page 33 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

Name of the organisation:

Relationship to the Supplier completing the TED:

If yes, would the Ultimate / parent company be willing to provide a guarantee if necessary?

Yes

No

If no, would you be able to obtain a guarantee elsewhere (e.g from a bank?)

Yes

No

6. Technical and professional ability

Relevant experience and contract examples

6 Please provide details of up to three contracts, in any combination from either the public or private sector, that are relevant to the authority’s requirement. Contracts for supplies or services should have been performed during the past three years. Works contracts may be from the past five years, and VCSEs may include samples of grant funded work.

The named customer contact provided should be prepared to provide written evidence to the authority to confirm the accuracy of the information provided below.

Consortia bids should provide relevant examples of where the consortium has delivered similar requirements; if this is not possible (e.g. the consortium is newly formed or a Special Purpose Vehicle will be created for this contract) then three separate examples should be provided between the principal member(s) of the proposed consortium or Special Purpose Vehicle (three examples are not required from each member).

Where the Supplier is a Special Purpose Vehicle, or a managing agent not intending to be the main provider of the supplies or services, the information requested should be provided in respect of the principal intended provider(s) or sub-contractor(s) who will deliver the supplies and services.

Contract 1 Contract 2 Contract 3

6.1 Name of customer organisation

6.2 Point of contact in customer organisation

Position in the organisation

E-mail address

6.3 Contract start date

Contract completion date

Estimated Contract Value

6.4 In no more than 500 words, please provide a brief description of the contract delivered including evidence as to your technical capability in this market.

Contract 1

Page 34 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

Contract 2

Contract 3

6.5 If you cannot provide at least one example for questions 6.1 to 6.4, in no more than 500 words please provide an explanation for this e.g. your organisation is a new start-up.

7. Additional Tender Evidence modules Suppliers are required to provide further details to assist the authority to assess the suitability of the supplier to deliver the contract requirements.

A: Project specific questions to assess technical & professional ability

Section Title

A.1 Question

Pass/ Fail

N/A

A.2 Question

Pass/ Fail

N/A

B: Insurance Copies of insurance schedules detailing the level of cover are to be provided

B.1 Give details of your Organisation’s Employers Liability Insurance.

Minimum £10m in respect of any one claim.

Insurer

Address of insurer/broker

Policy number

Expiry Date

Limit of indemnity

Page 35 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

B.2 Give details of your Organisation’s Public Liability (third party) insurance.

Minimum £10m in respect of any one claim.

Insurer

Address of insurer/broker

Policy number

Expiry Date

Limit of indemnity

B.3 If you currently do not have the required levels of insurance cover can you guarantee that you will be able to increase your cover to our specific levels of Insurance before the starting date and will you maintain this level of insurance throughout the service period?

Pass/ Fail

B.4 Has your organisation or any subsidiary been the subject of a successful Employer’s Liability Insurance or Public Liability claim in excess of £25,000 against you, whether settled privately or through your insurers within the last five years?

If Yes give details here.

Pass/ Fail

B.5 Confirm

• that your Employers and Public Liability insurance policies relevant to this contract include a “Principals,” clause, which would indemnify the Council in the event of claims arising from your activities whilst working for this Council OR

• guarantee that you will be able to include a “Principals” clause in your Insurance Policies relevant to this contract

Pass/ Fail

Page 36 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

C: Compliance with equality legislation

The following Equality Policy includes the minimum requirements for compliance with the equality duties under the Equality Act 2010. To be considered by St. Helens Council you must sign the Equality Policy and Equality Action Plan as indicated.

Please retain a copy for your own reference and return a signed copy of the Equality Policy and Equality Action Plan with the application documents. This is required even from Sole Traders, as the equality duty covers the conduct and behaviour of the Provider and its representatives, whether delivering work, goods or services.

Organisational Equality Policy The purpose of this policy is to • Eliminate discrimination, harassment and victimisation • Advance equality of opportunity between persons who share a protected characteristic and persons

who do not share it • Foster good relations between persons who share a protected characteristic and persons who do not

share it.

Characteristics protected under the Equality Act 2010: age, gender, gender reassignment, race, disability, sexual orientation, religion, pregnancy and maternity, marriage and civil partnership.

This policy covers employment and service delivery.

Operating principles We will comply with the following Acts and their subsequent amendments; Human Rights Act 1998, Part Time Working Regulations 2000, Employment Act 2002, Equality Act 2010.

We are committed to observe as far as possible the Equality and Human Rights Commission’s Codes of Practice for • Employment • Equal Pay, and • Services, Public Functions and Associations.

Employees, job applicants, volunteers, service users, visitors, clients and customers will be treated fairly, openly and honestly, and with dignity and respect.

Everyone has the right to work and do business in an environment free from unlawful discrimination (direct, indirect, or arising from a disability, or by a failure to make a reasonable adjustment, or by perception or by association), harassment and victimisation. We will not tolerate such behaviour under any circumstances.

Any customer, client, employee or volunteer who believes he or she is being discriminated against, victimised or harassed should raise the matter through the company’s complaints procedure.

Disciplinary action, including dismissal, may be taken against any worker found responsible for harassment, discrimination or victimisation.

We will ensure that all our employees, volunteers, service users, visitors, clients and customers are aware of the policy and that they understand that they are responsible for observing it.

To implement our Equality Policy we will follow the Equality Action Plan outlined below.

We will monitor the action plan and review the progress we have made each year, to make sure the policy is achieving its aims.

Equality Action Plan We will circulate our equality policy to employees, volunteers and job applicants, (and where appropriate their representatives), by enclosing copies in induction material and application packs, and by placing them on our website and having copies available on request.

No job applicant or employee will receive less favourable treatment on grounds of a characteristic protected under the Equality Act 2010.

Recruitment, training and promotion opportunities will be made as widely available as possible. Selection criteria for employment, training and promotion will be entirely based on job specifications. Employment decisions on recruitment, promotion and training will be based on merit.

Page 37 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016 We will collect and analyse information about the age, disability, gender and ethnic background (an equality profile) of job applicants and all employees, at each level in the company.

If we find under-representation of any particular group (e.g. disabled people, people from ethnic minorities or people of a certain gender or age), we will: • Include a statement in our job advertisements, positively encouraging people from those groups to

apply; • Make sure our job advertisements reach them; • Consider using minority and specialist media for our job advertisements; • Consult specialist agencies, such as Job Centre Plus, for advice; • Make sure the criteria for selection are entirely job-related; • Review and revise the company’s policies, practices and procedures; and consider taking positive

action to provide training specifically for under-represented groups.

We will make sure all our employees know and understand our equality policy and complaints procedure, by: circulating the policy and procedure to all staff and holding staff meetings to explain and discuss the policy.

Senior managers and other employees involved in recruitment and selection, and handling complaints will receive training on the Equality Act 2010, to include an awareness of the definitions of: reasonable adjustment, protected characteristics (age, gender, gender reassignment, race, disability, sexual orientation, religion, pregnancy and maternity, marriage and civil partnership), prohibited conduct (discrimination, harassment and victimisation), and equality of opportunity.

We will ensure fair and equal access to goods, services, facilities, premises and information to meet the needs of our customers in line with the requirements of law.

We will ensure that reasonable adjustments are made to promote equality of opportunity for disabled employees and disabled customers.

We will consider using external agencies to support and advise us on equality matters.

Our aim is to serve all members of the community. If people from particular group with characteristics protected by equality legislation are disproportionately under-represented among our customers, where appropriate we will develop marketing and other strategies to reach them.

This policy and action plan is fully supported by the senior manager responsible for the equality policy and for putting the equality action plan into practice.

[ ] Signed

[ ] Position in organisation

[ ] Name of organisation

[ ] Date

C.1 Have you signed and returned a copy of the Organisational Equality Policy and Action Plan?

Yes/No

Pass/ Fail

Page 38 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

D: Environmental management

St Helens Council is committed to managing its own sustainability impacts and to using the most environmentally and socially responsible goods and services and expects all its contractors and organisations to do the same.

D.1 Confirm in the box below you have signed and returned a copy of the Sustainability and Environmental Declaration?

Pass/ Fail

SUSTAINABILITY & ENVIRONMENTAL DECLARATION

The purpose of this policy is to ensure our suppliers understand their legal obligations, show a commitment to operating in a socially responsible manner and reducing their impact on the environment.

Sustainability Policy We seek to deliver our products and services in a sustainable and socially responsible manner and recognise the need to manage and develop our business in a sustainable manner – ie business development that meets the needs of the present without compromising the needs of future generations.

We are aware of our legal duties and responsibilities towards protecting the environment.

Working with our partners across the community we will deliver improvements in environmental management performance and meet all environmental legislative requirements.

We will aim to

• Deliver energy efficiency. • Minimise waste production and prevent pollution. • Reduce water use. • Develop sustainable transport solutions. • Protect and enhance local biodiversity. • Reduce consumption of natural resources. • Tackle the causes of Climate Change and mitigate against the likely impacts. • Promote the local economy. • Offer fair and equitable terms to employees and sub contractors to help tackle poverty.

We can provide the supporting evidence marked below of our commitment if awarded the contract

We will ensure that all our employees, customers and clients are aware of the policy and that they understand they are responsible for observing it.

This Policy is fully supported by

[ ] Signed

[ ] Position in organisation

[ ] Name of organisation

[ ] Date

D.2 We can provide the following supporting evidence of our commitment Please indicate your answer by ma rking ‘X’ in the relevant boxes.

Yes No

D.2.1 A formal operational environmental management system (EMS) e.g. ISO14001, EMAS or equivalent

D.2.2 A Corporate Environmental Policy committing the organisation to a

Page 39 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

programme of environmental improvement

D.2.3 Environmental practices in place such as waste minimisation (water,energy and waste) and reducing the impact of travel

D.2.4 Environmental management targets that are communicated to all staff

D.2.5 An action plan to monitor performance, set targets against appropriate performance indicators and publish our performance to stakeholders on an annual basis

D.2.6 Systems to monitor the environmental performance of Subcontractors, partners and suppliers

E: Health and Safety

E.1 All suppliers must complete this section.

Companies not currently operating in the UK should attempt to answer each of the following questions substituting the relevant appropriate legislation, Codes of Practice etc. that apply within their domestic jurisdiction.

Please indicate your answer by marking ‘X’ in the relevant box.

Yes* No**

A) Is your organisation accredited to OHSAS 18001 Occupational Health & Safety with an assessment that is currently valid for the type of work covered by the tender?

B) Is your organisation recorded on the Contractors Health & Safety Scheme (CHAS) with an assessment that is currently valid for the type of work covered by the tender?

* If you have answered YES to either A or B please include relevant certification and

complete questions 7.9 & 7.10 only

** If you have answered ‘NO’ to both questions, you must answer all remaining

questions contained within this section;

Explanatory note: the authority considers any organisation that meets the standards of either OHSAS 18001 or CHAS have health & safety arrangements that are acceptable for the initial stages of the evaluation.

Organisations that have not been assessed by either awarding body are not excluded but need to demonstrate an equivalent level of provision in their responses to the subsequent questions within this section.

More specific evidence of Health & Safety arrangements relative to this contract may be requested later within this process.

If you intend to engage Subcontractors (including self-employed operatives) the authority may request further evidence that

• your accreditation includes assessment of Subcontractors • your Subcontractors have valid accreditation • your Subcontractors have adequate systems in place

Page 40 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

E.2 Enclose a copy of your Organisation’s and proposed partners Health & Safety Policy, issued by your Organisation to protect the health, safety, welfare and prevent risk to your employees, as required by the management of Health & Safety at Work Regulations (1999).

(Only applicable if a total of 5 or more are employed)

Note: Where there are 4 or less employees, evidence of safe working and safety management arrangements must be provided.

Pass/ Fail

E.3 The following must be provided if they are not included within your Health & Safety policy.

• Written Safe Working Procedures

• A sample of Risk Assessments relevant or similar to this service.

Pass/ Fail

E.4 Give the name of the person(s) with specific responsibility for the implementation and maintenance of your Organisation’s health & safety policy e.g. Health and Safety Manager/Officer or Advisor.

Pass/ Fail

E.5 The CV of the above named Safety officer or advisor may be required later. Confirm here your organisation will provide a copy if requested.

Pass/ Fail

E.6 Provide details of how your health and safety policies are communicated to your employees and administered within your Organisation.

Pass/ Fail

E.7 Provide details of any strategies your Organisation has introduced to improve safety.

Pass/ Fail

E.8 Provide details of your Organisation’s monitoring/auditing arrangements for health & safety.

Note: More specific evidence of monitoring arrangements relative to this contract may be requested later.

Pass/ Fail

E.9 Provide details and evidence of your Organisation’s Health & Safety Training for employees.

Pass/ Fail

E.10 Provide full details of any prosecutions or enforcement notices served for non-compliance with any Health & Safety legislation within the last 5 years.

Pass/ Fail

Page 41 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

8: Declaration

8.1 Confirm in the box below you have completed, signed and returned a copy of the TED Declaration?

Pass/ Fail

Tender Evidence Document Declaration

I declare that to the best of my knowledge the answers submitted to these questions are correct.

I understand that the information will be used to assess my organisation’s ability to be invited to undertake the service/s as outlined in the service specification documentation, and I am signing on behalf of

[ ] Insert name of Supplier

I understand that the authority may reject my submission if there is a failure to answer all relevant questions fully or if I provide false/misleading information. I have provided a full list of any Appendices used to provide additional information in response to questions.

I also declare that there is no conflict of interest in relation to the authority’s requirement.

The following appendices form part of our submission

Section of TED Appendix number

TED COMPLETED BY

8.1 Name

8.2 Role in organisation

8.3 Date

8.4 Signature

Page 42 of 42

Parkside Logistics and Rail Freight Interchange Study – February 2016

TED – Template for Appendices

Appendix Number -

TED section -

Question number -