web view– the contract will be based on the jct measured term contract 2011, with bespoke...

46
PRE-QUALIFICATION QUESTIONNAIRE (PQQ) ASSET MANAGEMENT LIFT SERVICING & MAINTENANCE FOR BPHA LIMITED MANTON LANE BEDFORD, UK MK41 7BJ DOCUMENT REFERENCE: LIFTS/PQQ/BPHA

Upload: vuongkien

Post on 24-Feb-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

PRE-QUALIFICATION QUESTIONNAIRE (PQQ)

ASSET MANAGEMENTLIFT SERVICING & MAINTENANCE

FOR BPHA LIMITEDMANTON LANEBEDFORD, UK

MK41 7BJ

DOCUMENT REFERENCE: LIFTS/PQQ/BPHA

DOCUMENT VERSION: v1.0

SEPTEMBER 2015

Page 2: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

CONTENTS

Section Item Title

A 1 Introduction to bpha

2 Contract Details & Instructions

B 3 Standard Prequalification Questionnaire(Published by Crown Commercial Services)

4 Supplier Details

5 Grounds for Mandatory Exclusion

6 Grounds for Discretionary Exclusion – Part 1

7 Economic & Financial Standing

8 Technical & Professional Ability

9 Additional PQQ Modules

10 Declaration

Appendix 1 – PQQ Scoring Criteria

Appendix 2 – Template for Appendices

Page 3: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

SECTION A

PRELIMINARY INFORMATION

Page 4: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

1.0 INTRODUCTION TO BPHA

1.1 BackgroundBedfordshire Pilgrims Housing Association Ltd (bpha) was established in 1990 when the tenants of North Bedfordshire Borough Council voted to transfer their homes to a new, not-for-profit housing association.

bpha has since grown to become one of the leading providers of affordable housing in the region and works across Central and Eastern England, in counties including Bedfordshire, Buckinghamshire, Cambridgeshire, Northamptonshire, Oxfordshire and Gloucestershire. The core area of bpha’s operation, however, remains in the Bedford area with significant property volumes in Milton Keynes, Luton, Peterborough and a developing presence in Cambridge.

In October 2013, the organisation became known as bpha Limited and the company continues to grow and diversify its services for a wide range of customers, including key public sector workers and others looking for low cost home ownership.

Today bpha is a mature association that manages over 17,000 homes and employs more than 300 staff. Since 1992, it has helped more than 5,000 families into home ownership and currently manages more than 1,000 shared ownership properties.

1.2 PurposeOur purpose is to create and maintain homes and environments where people feel proud to live. We will work together to improve opportunity, independence and the quality of life for our customers.

1.3 MissionWe aim to provide high quality housing and excellent customer service that people want and can afford. We will use our skills, expertise and resources to be a key partner helping to create and maintain successful, safe and thriving communities where people are proud of their home.

1.4 Key Business Plan Objectives/Targets

bpha are committed to providing an excellent repairs and maintenance service which is good value for money. bpha believe they will provide good and consistent levels of customer satisfaction by:

Giving customers a fixed time slot for repairs appointments at a time to suit them.

Delivering a ‘right first time’ service in as many cases as possible. Better on-line services for customers. Providing a 24/7 reporting service. Giving customers more flexibility around appointment times. Cutting out wasteful practice and concentrating only on activities that add value

for the customer. Making savings where possible and ensuring efficiency in the provision of our

current contracts which will benefit the services we can offer to our customers.

Page 5: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

1.5 Supplier AppointmentThe appointed supplier will assist bpha in achieving our objectives by delivering lift servicing and maintenance to appropriate levels of quality, across a range of properties within the bpha stock portfolio as set out in the contract data.

Page 6: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

2.0 CONTRACT DETAILS & INSTRUCTIONS

2.1 Instructions to Prospective Tenderers.1 a. Contracts Reference: bpha/Lifts/2015

b. Contract Name: bpha Lift Servicing & Maintenance.c. Procurement Type: The procurement is being undertaken through a restricted

tendering route.

.2 As part of the tendering process any company wishing to be invited to tender must complete this Pre-Qualification Questionnaire (PQQ) and send an email registering their interest in this opportunity to the email address specified in item 2.1.13.

.3 The purpose of the PQQ is to allow bpha to check that Suppliers bidding for the contract meet minimum prequalification standards and demonstrate that they have the appropriate resources available to deliver the required service. Given the nature of the service, particular attention will be placed on reviewing the companies’ health & safety credentials. bpha will then select those companies it will invite to tender from amongst the bidders who meet those minimum standards based on their PQQ responses. The marking criterion for the PQQ is set out in the appendices.

.4 Subject to companies being deemed eligible to be considered and demonstrating their compliance with insurance requirements, there is no minimum prequalification standard but it is envisaged that a maximum of five (5) companies will be invited to tender.

.5 To ensure fairness in the issue of invitations to tender, all PQQs submitted will be assessed independently by a minimum of three bpha staff and will be subject to review by a bpha customer (‘Resident Inspector’) who will assist in the overall selection process.

.6 An aggregate score of the marks awarded to each PQQ will form the final mark for each PQQ submission.

.7 Respondents should attempt to answer all parts of the PQQ with concise, honest and factual responses. If companies are already providing similar services to bpha, you should still answer all questions fully since failure to do so may affect your overall score.

.8 bpha staff must not be approached to provide a reference in connection with this PQQ.

.9 Respondents are requested to complete ‘Section B’ of the PQQ form electronically, providing typed answers in the boxes provided.

.10 Completed PQQs should be returned to bpha Limited, Unit 23-24, Bedford Heights, Manton Lane, Bedford, MK41 7BJ by 5.00pm, Friday 16 th October 2015.

.11 The envelope containing your completed PQQ should be clearly labelled with bpha Contract Reference (bpha/Lifts/2015) and Contract Name (bpha Lift Servicing & Maintenance).

.12 Suppliers are requested to provide two completed copies of this document as well as an electronic version on a CD or USB stick.

Page 7: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.13 Please send any email communications/clarifications in relation to this tender process to:

[email protected]

Please note - the deadline for PQQ clarification requests is 7 days prior to the PQQ return date detailed in item 2.6.

.14 The points of contact for any queries that you may have regarding this process are:

.15 Please note failure to provide a completed PQQ in the correct format or failure to return the PQQ to the correct address by the due time and date is likely to preclude you from consideration.

.16 For Companies that are not short-listed to be invited to tender, bpha will provide an informal debrief as to the reasons they were not successful and this will generally be by way of telephone feedback with the bpha Representatives referred to in item 2.1.14. Unsuccessful Suppliers should initiate the request for such feedback.

.17 Clarifications

a. References in this PQQ to “Suppliers”, “Consultants” or “Companies” are to all organisations wishing to bid however they are legally constituted.

b. “Senior Officers” are to persons who are directly concerned in the management of the organisation wishing to bid or are principal proprietors of it.

c. The information in this PQQ has been prepared in good faith but it does not purport to be fully comprehensive. It has been solely designed to assist in the selection of an appropriate service provider.

d. bpha does not make any (express or implied) representation or warranty about the information contained in this PQQ or the services that are the subject of the OJEU advertisement.

e. Notwithstanding their intent to fully comply with current OJEU procedures, bpha unreservedly retains the right to stop the procurement process at any time up to the award of a contract.

f. bpha will have no liability whatsoever and shall bear no cost relating to any company’s time and expense in responding to any OJEU notification, PQQ submission, tender return or any other matter leading to an award of a contract.

g. Any reference to any contract value or time period is indicative only and bpha makes no warranty whatsoever as to the volume of any work that may be required after award of any contract.

h. All PQQ documents submitted in connection with this procurement process will be treated in confidence and will not be disclosed outside of bpha and any procurement/legal advisors.

Stephen Storey,Head of Procurement & Contracts

(01234) 221273

Alex Liburd,Procurement Project Manager

(01234) 221356

Page 8: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

2.2 Contract Areas.1 The Contract will be for the provision of services to a pre-defined number of sites

within the bpha property portfolio. Full site location details will be referenced in the Invitation to Tender document. This list is subject to change as bpha’s portfolio expands, and any services required at additional locations will be subject to the same pricing structure used for similar sites submitted during the Tender stage, subject to such properties generally being located in the same geographic areas.

2.3 Contract Details.1 Scope of Services

The primary element of the Contract will be to carry out cyclical servicing and responsive maintenance to passenger lifts at specified sites. The Supplier will be required service the lifts in line with an Employer defined programme. Additionally, the Supplier will be required to provide responsive maintenance to include an emergency call out service to respond to, and remedy, any breakdowns.

.2 Contract Duration –The contract will be let for a maximum period of 5 years; an initial term of 3 years with an option to extend, by mutual agreement, for a further 2 years.

.3 Contract Type – The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments.

.4 Cost Measurement – The price of work undertaken will be based on a priced schedule against sites within the Contract Area. All such rates will be fully inclusive of all the Supplier’s overheads and profit in delivering the service.

.5 Integration of Supply Chain – The appointment of an organisation to provide this service forms part of a wider responsive repair and maintenance supply chain. The appointed Supplier will be expected to integrate and work with other Suppliers to provide as seamless a service as possible.

.6 bpha is looking for a Supplier who can provide or demonstrate:

a. Skilled, Competent and Diverse Resources. Able to establish and maintain an efficient programme of service with sufficient operatives engaged to be able to demonstrate the ability to meet the service demand.

b. Experience. Successfully providing services for similar organisations in this field.

c. Geography. The ability to implement and maintain the required service to all bpha property stock in our area of operations.

d. Appropriate supervision and management. An organisation who is in control of the entire process and who has sufficient input by Senior Managers/Officers to ensure that the performance of the Supplier is actively monitored internally to ensure an appropriate level of service is provided.

e. Recruitment, Employment and Training. Able to demonstrate rigorous procedures associated with the recruitment, management and training of all key staff responsible for the delivery of the service.

f. References. From other companies to confirm similar services are being provided and assist in giving feedback as to the suitability of the provision.

g. Mobilisation – able to demonstrate the ability to successfully mobilise this contract within the timescale indicated.

Page 9: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

2.4 Value of Contract.1 The anticipated annual value of the Contract (excluding VAT) is in the range of £50,000 -

£100,000 per annum.

2.5 Invitation to Tender.1

.2

.3

The procurement process for the appointment of a new lift servicing and maintenance provider will be based on a restricted tender procedure. Suppliers invited to tender will be requested to submit an initial tender which will be evaluated to establish the most economically advantageous tender.

To comply with the OJEU Regulations, a full set of ‘draft’ tender documents will be uploaded to the bpha website upon issue of the OJEU notice.

Based on the nature of the services to be provided, which do change from time to time in terms of specification, bpha reserve the right to amend the draft tender documents before formal issue of invitations to tender. A schedule of any amendments made after issue of the OJEU notice will be issued to all tenderers.

2.6 TimetableThe anticipated timetable for the letting of the contract is as follows*1:

OJEU Notice Issued 11/09/2015

PQQ Return Date 16/10/2015 (Note - Deadline of 17:00 applies)

PQQ Evaluation 19/10/2015 to 30/10/2015

Invitation to Tender (ITT) 02/11/2015

Tender Return Date 04/12/2015

Tender Evaluation 07/12/2015 to 08/01/2016

Site Visits*2 11/01/2016 to 22/01/2016

Provisional Contract Award 29/01/2016

Standstill Period

Lead-in

Start 01/04/2016

Notes

1. This timetable may be altered by bpha at its absolute discretion.

2. Post tender evaluation visits may be arranged by bpha where several bids are of interest and further consideration of the offer is deemed required. This may include further assessment of the Supplier’s suitability and such review criteria, where so required, will be as set out in the tender documents.

Page 10: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

SECTION B

PQQ RESPONSES TO BE COMPLETED BY ALL ORGANISATIONS

Page 11: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

3.0 STANDARD PRE-QUALIFICATION QUESTIONNAIRE (PUBLISHED BY CROWN COMMERCIAL SERVICES)

3.1 Notes for completion.1

.2

.3

.4

.5

.6

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.

“You”/ “Your” or “Supplier” means the body completing these questions i.e. the legal entity seeking to be invited to the next stage of the procurement process and 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.

This Pre-Qualification Questionnaire (PQQ) has been designed to assess the suitability of a Supplier to deliver the authority’s contract requirement(s). If you are successful at this stage of the procurement process, you will be selected for the subsequent award stage of the process.

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 does not apply to you, please state clearly ‘N/A’.

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.

Please return a completed version of this document by the date and time specified to the named persons and to the address shown in item 2.1 of this PQQ document.

.7Verification of Information ProvidedWhilst reserving the right to request information at any time throughout the procurement process, the authority may enable the Supplier to self-certify that there are no mandatory/discretionary grounds for excluding their organisation. When requesting evidence that the Supplier can meet the specified requirements (such as the questions in section 9 of this PQQ relating to Technical and Professional Ability) the authority may only obtain such evidence after the final tender evaluation decision i.e. from the winning Supplier only.

.8Sub-contracting arrangementsWhere 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 12: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.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 sub-contractors are to play a significant role in delivering key contract requirements, any changes to those sub-contracting 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 sub-contractor arrangements. The authority reserves the right to deselect the Supplier prior to any award of contract, based on an assessment of the updated information.

.10

.11

.12

.13

.14

Consortia arrangementsIf the Supplier completing this PQQ is doing so as part of a proposed consortium, the following information must be provided;

● 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.

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.

All members of the consortium will be required to provide the information required in all sections of the PQQ as part of a single composite response to the authority i.e. each member of the consortium is required to complete the form.

Where you are proposing to create a separate legal entity, such as a Special Purpose Vehicle (SPV), you should provide details of the actual or proposed percentage shareholding of the constituent members within the new legal entity in a separate Appendix.

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.

.15

.16

ConfidentialityWhen providing details of contracts in answering section 6 of this PQQ (Technical and Professional Ability), the Supplier agrees to waive any contractual or other confidentiality rights and obligations associated with these contracts.

The authority reserves the right to contact the named customer contact in section 6 regarding the contracts included in section 6. The named customer contact does not owe the authority any duty of care or have any legal liability, except for any deceitful or maliciously false statements of fact.

Page 13: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.17 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 14: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

Note - Responses to all questions should be completed in blue (bold) text for ease of reference.

4.0 SUPPLIER DETAILS

4.1 General Details.1 Full name of the Supplier completing the PQQ:

.2 Registered company address:

.3 Registered company number:

.4 Registered charity number:

.5 Registered VAT number:

.6 Name of immediate parent company:

.7 Name of ultimate parent company:

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

i. A Public Limited Companyii. A Limited Company

iii. A Limited Liability Partnershipiv. Other Partnershipv. A Sole Trader

vi. Other (Please specify:

☐☐☐☐☐

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

i. Voluntary, Community and Social Enterprise (VCSE)

ii. Small or Medium Enterprise (SME)iii. Sheltered workshopiv. Public service mutual

☐☐☐

4.2 Bidding Model.1 Please mark ‘X’ in the relevant box to indicate whether you are;

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

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

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.

☐ Yes

☐ Yes

Page 15: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

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

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.

iv. Bidding as a consortium but not proposing to create a new legal entity.

If yes, please use a separate Appendix to give details of your consortium in the next column and 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.

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

If yes, please use a separate Appendix to give details of your consortium, current lead member and intended SPV in the next column and to provide full details of the bidding model.

☐ Yes

☐ Yes

☐ Yes

4.3 Contact DetailsPlease provide supplier contact details for enquiries about this PQQ;

Name:Postal Address:

Country:Phone:Mobile:E-mail:

4.4 Licensing & Registration (Please mark ‘X’ in the relevant box).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:

Page 16: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.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 use a separate Appendix to give additional details of what is required and confirmation that you have complied with this.

Page 17: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

5.0 GROUNDS FOR MANDATORY EXCLUSIONYou 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 5.2 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. You may contact the authority for advice before completing this form.

5.1 Within the past five years, has your organisation (or any member of your proposed consortium, if applicable), Directors or partner or any other person who has powers of representation, decision or control been convicted of any of the following offences?Please indicate your answer by marking ‘X’ in the relevant box.

.1 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;

☐ Yes ☐ No

.2 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;

☐ Yes ☐ No

.3 The common law offence of bribery; ☐ Yes ☐ No

.4 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;

☐ Yes ☐ No

.5 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;

☐ Yes ☐ No

☐ Yes ☐ No

Page 18: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

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 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;

☐ Yes ☐ No

☐ Yes ☐ No

☐ Yes ☐ No

☐ Yes ☐ No

☐ Yes ☐ No

☐ Yes ☐ No

☐ Yes ☐ No

.6 Any offence listed—

i. in section 41 of the Counter Terrorism Act 2008; or ☐ Yes ☐ No

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

☐ Yes ☐ No

.7 Any offence under sections 44 to 46 of the Serious Crime Act 2007 which relates to an offence covered by item 5.1.6;

☐ Yes ☐ No

.8 Money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002;

☐ Yes ☐ No

Page 19: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.9 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;

☐ Yes ☐ No

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

☐ Yes ☐ No

.11 An offence under section 59A of the Sexual Offences Act 2003; ☐ Yes ☐ No

.12 An offence under section 71 of the Coroners and Justice Act 2009 ☐ Yes ☐ No

.13 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

☐ Yes ☐ No

.14 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

☐ Yes ☐ No

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

☐ Yes ☐ No

5.2 Non-Payment of taxesHas it been established by a judicial or administrative decision having final and binding effect in accordance with the legal 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?

☐ Yes ☐ No

Page 20: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

6.0 GROUNDS FOR DISCRETIONARY EXCLUSION

PART 1bpha may exclude any Supplier who answers ‘Yes’ in any of the following situations set out in items 6.1.1 to 6.1.10;

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

.1 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;

☐ Yes ☐ No

.2 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;

☐ Yes ☐ No

.3 Your organisation is guilty of grave professional misconduct, which renders its integrity questionable;

☐ Yes ☐ No

.4 Your organisation has entered into agreements with other economic operators aimed at distorting competition;

☐ Yes ☐ No

.5 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;

☐ Yes ☐ No

.6 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;

☐ Yes ☐ No

.7 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;

☐ Yes ☐ No

Page 21: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.8 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

☐ Yes ☐ No

☐ Yes ☐ No

.9 Your organisation has undertaken to –i. unduly influence the decision-making process of the

contracting authority, or

ii. obtain confidential information that may confer upon your organisation undue advantages in the procurement procedure; or

☐ Yes ☐ No

☐ Yes ☐ No

.10 Your organisation has negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.

☐ Yes ☐ No

6.2 Conflicts of InterestIn accordance with question 6.1.5, the authority may exclude the Supplier if there is a conflict of interest which cannot be effectively remedied. The concept of a conflict of interest includes any situation where relevant staff members have, directly or indirectly, a financial, economic or other personal interest which might be perceived to compromise their impartiality and independence in the context of the procurement procedure.

Where there is any indication that a conflict of interest exists or may arise then it is the responsibility of the Supplier to inform the authority, detailing the conflict in a separate Appendix. Provided that it has been carried out in a transparent manner, routine pre-market engagement carried out by the authority should not represent a conflict of interest for the Supplier.

6.3 Taking Account of Bidders’ Past PerformanceIn accordance with question 6.1.7, the authority may assess the past performance of a Supplier (through a Certificate of Performance provided by a Customer or other means of evidence). The authority may take into account any failure to discharge obligations under the previous principal relevant contracts of the Supplier completing this PQQ. The authority may also assess whether specified minimum standards for reliability for such contracts are met.

In addition, the authority may re-assess reliability based on past performance at key stages in the procurement process (i.e. Supplier selection, tender evaluation, contract award stage etc.). Suppliers may also be asked to update the evidence they provide in this section to reflect more recent performance on new or existing contracts (or to confirm that nothing has changed).

Page 22: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

6.4 ‘Self-cleaning’Any Supplier that answers ‘Yes’ to questions 5.1, 5.2 and 6.1 should provide sufficient evidence, in a separate Appendix, that provides a summary of the circumstances and any remedial action that has taken place subsequently and effectively “self cleans” the situation referred to in that question. The Supplier has to demonstrate it has taken such remedial action, to the satisfaction of the authority in each case.

If such evidence is considered by the authority (whose decision will be final) as sufficient, the economic operator concerned shall be allowed to continue in the procurement process.

In order for the evidence referred to above to be sufficient, the Supplier shall, as a minimum, prove that it has;

paid or undertaken to pay compensation in respect of any damage caused by the criminal offence or misconduct;

clarified the facts and circumstances in a comprehensive manner by actively collaborating with the investigating authorities; and

taken concrete technical, organisational and personnel measures that are appropriate to prevent further criminal offences or misconduct.

The measures taken by the Supplier shall be evaluated taking into account the gravity and particular circumstances of the criminal offence or misconduct. Where the measures are considered by the authority to be insufficient, the Supplier shall be given a statement of the reasons for that decision.

Page 23: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

7.0 ECONOMIC AND FINANCIAL STANDING

Financial Information7.1 Please provide one of the following to demonstrate your economic/financial standing;

Please indicate your answer with an ‘X’ in the relevant box.

i. A copy of the audited accounts for the most recent two years

ii. 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

iii. A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position

iv. Alternative means of demonstrating financial status if any of the above are 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).

7.2 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 PQQ, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set out here, or ‘n/a’ where no threshold has been set.

☐ Yes ☐ No ☐ n/a

7.3 .1

.2

.3

.4

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

☐ Yes ☐ No

If yes, please provide the name below:

Name of the organisation:Relationship to the supplier:

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

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

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

☐ Yes ☐ No

☐ Yes ☐ No

Page 24: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

8.0 TECHNICAL AND PROFESSIONAL ABILITY

Relevant experience and contract examples8.1 Please provide details of 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.

.1 Contract 1

Name of Customer organisation:Point of contact in organisation:Position in the organisation:E-mail address:Contract start date:Contract completion date:Estimated contract value: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:

.2 Contract 2

Page 25: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

Name of Customer organisation:Point of contact in organisation:Position in the organisation:E-mail address:Contract start date:Contract completion date:Estimated contract value: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:

.3 Contract 3

Name of Customer organisation:Point of contact in organisation:Position in the organisation:E-mail address:Contract start date:Contract completion date:Estimated contract value: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:

Page 26: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

8.2 If you cannot provide at least one example for questions 8.1.1 to 8.1.3, in no more than 500 words please provide an explanation for this (e.g. your organisation is a new start-up).

Page 27: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

9.0 ADDITIONAL PQQ MODULESSuppliers who self-certify that they meet the requirements for these additional modules will be required to provide evidence of this if they are successful at contract award stage.Please indicate your answer by marking ‘X’ in the relevant boxes.

9.1 Project specific questions to assess Technical and Professional Ability.1 Closed Protocol Systems

A number of lifts within the bpha stock currently employ ‘closed protocol’ systems. Please provide details of your organisations ability to diagnose, repair and programme systems of this nature to include information on the service tools to be used and their accessibility (Word Count – n/a):

.2 Health & Safetybpha and their Asset Management providers have a joint interest in promoting high standards of health and safety in the operation of the contract. The Supplier will operate the Contract in accordance with the best practice in health and safety management.

Please provide the name and position of the person responsible for the implementation of your company’s Health & Safety Policy:

Does the above named individual hold a recognised Health & Safety qualification?

☐ Yes ☐ No

If no, how is Health & Safety best practice obtained?

How are your Health & Safety Policies and Procedures conveyed to your workforce? (Word limit – n/a)

Page 28: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.3 Quality AssuranceDoes your company operate a Quality Assurance Policy? ☐ Yes

☐ No

Please provide brief details of the main features and advantages of the QA aspects of your company or the work you undertake, including details of any external accreditations (Word limit – n/a):

.4 Environmental ResponsibilityDoes your company have an Environmental Policy? ☐ Yes

☐ No

Please explain ways in which your company actively seeks to minimise the impact of your activities on the environment (Word limit – n/a):

9.2 Insurance

.1 Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer’s (Compulsory) Liability Insurance = £10,000,000Public Liability Insurance = £5,000,000

*It is a legal requirement that all companies hold Employer’s (Compulsory) Liability Insurance of £5 million as a minimum. Please note this requirement is not applicable to Sole Traders.

☐ Yes ☐ No

9.3 Compliance with Equality LegislationFor organisations working outside of the UK please refer to equivalent legislation in the country that you are located.

Page 29: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.1 In the last three years, has any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK)?

☐ Yes ☐ No

.2 In the last three years, has your organisation had 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 of alleged unlawful discrimination?

☐ Yes ☐ No

If you have answered “yes” to either or both of the above questions in section 9.3, please provide, as a separate Appendix, a summary of the nature of the investigation and an explanation of the outcome of the investigation to date.

If the investigation upheld the complaint against your organisation, please use the Appendix to explain what action (if any) you have taken to prevent unlawful discrimination from reoccurring.

You may be excluded if you are unable to demonstrate to the authority’s satisfaction that appropriate remedial action has been taken to prevent similar unlawful discrimination reoccurring.

.3 If you use sub-contractors, do you have processes in place to check whether any of the above circumstances apply to these other organisations?

☐ Yes ☐ No

9.4 Environmental Management

.1 Has your organisation been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority)?

If your answer to this question is “Yes”, please provide details in a separate Appendix of the conviction or notice and details of any remedial action or changes you have made as a result of conviction or notices served.

The authority will not select bidder(s) that have been prosecuted or served notice under environmental legislation in the last 3 years, unless the authority is satisfied that appropriate remedial action has been taken to prevent future occurrences/breaches.

☐ Yes ☐ No

.2 If you use sub-contractors, do you have processes in place to check whether any of these organisations have been convicted or had a notice served upon them for infringement of environmental legislation?

☐ Yes ☐ No

9.5 Health & Safety

Page 30: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

.1 Please self-certify that your organisation has a Health and Safety Policy that complies with current legislative requirements.

☐ Yes ☐ No

.2 Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years?

If your answer to this question was “Yes”, please provide details in a separate Appendix of any enforcement/remedial orders served and give details of any remedial action or changes to procedures you have made as a result.

The authority will exclude bidder(s) that have been in receipt of enforcement/remedial action orders unless the bidder(s) can demonstrate to the authority’s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.

☐ Yes ☐ No

.3 If you use sub-contractors, do you have processes in place to check whether any of the above circumstances apply to these other organisations?

☐ Yes ☐ No

10.0 DECLARATION

Page 31: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

10.1 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 in the selection process to assess my organisation’s suitability to be invited to participate further in this procurement, 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 PQQ APPENDIX NUMBER

10.2 PQQ completed by:

Name:Role in organisation:Date:Signature:

Page 32: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

APPENDIX 1 - PQQ Evaluation Criteria

ITEM HEADING PQQ SCORING CRITERIA MARK RANGE

MAX SCORE

SUPPLIER DETAILS4.1 General Details

This section must be completed in full, although it is not scored and is for information only. n/a 04.2 Bidding Model

4.3 Contact Details4.4 Licensing & Registration

GROUNDS FOR MANDATORY EXCLUSION5.1 Conviction/Offence History To meet the ‘Pass’ criteria the Supplier must answer ‘No’

to all sub-questions or, where they have answered ‘Yes’ to a question provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

5.2 Non-payment of taxes To meet the ‘Pass’ criteria the Supplier must answer ‘No’ to this question or, where they have answered ‘Yes’, provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

GROUNDS FOR DISCRETIONARY EXCLUSION – PART 16.1 Grounds for Discretionary

ExclusionTo meet the ‘Pass’ criteria the Supplier must answer ‘No’ to all sub-questions or, where they have answered ‘Yes’ to a question provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

ECONOMIC & FINANCIAL STANDING7.1 Economic & Financial

StandingTo meet the ‘Pass’ criteria the Supplier must provide one of the documents listed in options i-iv. Where none of these documents are provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

7.2 Financial Threshold To meet the ‘Pass’ criteria the Supplier must answer ‘Yes’ or ‘n/a’ (where applicable) to this question or, where they have answered ‘No’, be able to achieve a ‘Pass’ for question 7.3.

Note – No financial threshold has been set for this PQQ.

n/a Pass/Fail

7.3 Holding/Parent Company To meet the ‘Pass’ criteria the Supplier must have answered ‘Yes’ to question 7.2 or have satisfied all of the following conditions:

- Supplier is part of a wider group.- The accounts of the /Holding/Parent company

are provided.- Holding/Parent Company meets the minimum

turnover requirement of the Contract.- Supplier is able to obtain a guarantee from the

Holding/Parent Company, or elsewhere.

Where the Supplier has answered ‘No’ to question 7.2 and one or more of the conditions set out above have not been satisfied, this will be deemed a ‘Fail’.

n/a Pass/Fail

Page 33: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

ITEM HEADING PQQ SCORING CRITERIA MARK RANGE

MAX SCORE

TECHNICAL & PROFESSIONAL ABILITY8.1 Relevant experience &

contract examplesThe response reflects considerable experience, and successful provision of the required service to similar organisations within the Social Housing or Local Authority Housing sectors.

.1 Contract 1 0-1030.2 Contract 2 0-10

.3 Contract 3 0-10ADDITIONAL PQQ MODULESPROJECT SPECIFIC QUESTIONS

9.1.1 Closed Protocol Systems The response indicates the Supplier has suitable knowledge and competence in working with closed protocol systems, and has reasonable access to the service tools required to work with these systems.

0-10 10

9.1.2 Health & Safety The response demonstrates the Supplier has a qualified person in charge of H&S internally or uses external resources for Best Practice advice, and that Policies and Procedures are effectively relayed to its workforce.

0-10 10

9.1.3 Quality Assurance The response indicates suitable QA procedures are in place, and reflects that these are appropriately externally audited and appraised.

0-10 10

9.1.4 Environmental Responsibility The response indicates an Environmental policy is in place and provides details of the mitigation strategies employed by the Supplier to limit the impact of the service upon the environment.

0-10 10

INSURANCE9.2 Insurance To meet the ‘Pass’ criteria the Supplier must answer ‘Yes’

to this question. Where the Supplier answers ‘No’, this will be deemed a ‘Fail’.

n/a Pass/Fail

COMPLIANCE WITH EQUALITY LEGISLATION9.3.1 Unlawful Discrimination To meet the ‘Pass’ criteria the Supplier must answer ‘No’

to this question or, where they have answered ‘Yes’, provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

9.3.2 Equality & Human Rights Commission

To meet the ‘Pass’ criteria the Supplier must answer ‘No’ to this question or, where they have answered ‘Yes’, provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

9.3.3 Sub-Contractor Monitoring This question must be answered, although it is not scored and is for information only. n/a 0

ENVIRONMENTAL MANAGEMENT9.4.1 Environmental Legislation To meet the ‘Pass’ criteria the Supplier must answer ‘No’

to this question or, where they have answered ‘Yes’, provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

9.4.2 Sub-Contractor Monitoring This question must be answered, although it is not scored and is for information only. n/a 0

HEALTH & SAFETY9.5.1 Health & Safety Policy To meet the ‘Pass’ criteria the Supplier must answer ‘Yes’

to this question. Where the Supplier has answered ‘No’, this will be deemed a ‘Fail’.

n/a Pass/Fail

Page 34: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

9.5.2 HSE Enforcement To meet the ‘Pass’ criteria the Supplier must answer ‘No’ to this question or, where they have answered ‘Yes’, provide evidence of self-cleansing. Where evidence of self-cleansing cannot be provided, this will be deemed a ‘Fail’.

n/a Pass/Fail

9.5.3 Sub-Contractor Monitoring This question must be answered, although it is not scored and is for information only. n/a 0

DECLARATION10 Declaration This section must be completed in full to meet the ‘Pass’

criteria. Failure to do so will result in a ‘Fail’. n/a Pass/Fail

TOTAL MARKS AVAILABLE: 70

Notes on Scoring AssessmentMark Range (0-10)

0 – No attempt to respond 1-2 – Very Poor; response completely devoid of relevant information3-4 – Weak answer; some information provided but lacking required detailed5-6 – Satisfactory answer; but some information lacking7-8 – Good/full response; most detail provided9-10 – Excellent response; exemplar answer

Page 35: Web view– The contract will be based on the JCT Measured Term Contract 2011, with bespoke Employer amendments..4. Cost Measurement ... Word limit – n/a).3

APPENDIX 2 – Template for Appendices

Appendix No. :

PQQ Section :

Question No. :