Designed for Life: Building for Wales 3 National Frameworks

Size: px
Start display at page:

Download "Designed for Life: Building for Wales 3 National Frameworks"

Transcription

1 Designed for Life: Building for Wales 3 National Frameworks Invitation to Tender Memorandum of Information National Frameworks May 2012 NHS Wales

2 Table of Contents Section 1. Introduction, Objectives and Core Principles 1.1. Introduction 1.2. Objectives 1.3. Core Principles 2. Proposal 2.1. Composition and Duration of National Frameworks 2.2. The Design and Construction Process 2.3. Specific Key Elements 2.4. The Framework Procurement Process 2.5. Evaluation Approach 3. Conditions of Bid 3.1. Purpose 3.2. Disclaimer 3.3. Governing Law 3.4. No obligation 3.5. Confidentiality 3.6. Candidate s good standing 3.7. Expenses 3.8. Freedom of Information 3.9. Non Collusion Framework Rules

3 3.11. Communications Protocol Fair Payment Charter Annexures Annexure A Annexure B Annexure C Annexure D Annexure E Annexure F Annexure G Annexure H Audit Protocol Fair Payment Charter Framework Structure diagram Process Map Business Case Flow Chart Project Roles & Responsibilities Matrix Weightings Etenderwales: Mandatory Requirements & FAQs

4 Section 1: Introduction, Objectives and Core Principles 1.1 Introduction This Invitation to Tender (ITT) is issued by NHS Wales Shared Services Partnership - Facilities Services (NWSSP-FS) for the Bid and Evaluation Phase of the procurement of the Designed for Life: Building for Wales 3 National Frameworks. The ITB provides guidance on the proposed shape of the National Frameworks, the proposed project and contract processes, the procurement process that is to be followed and the Conditions of Tender. The National Frameworks are one element of the NHS Wales construction procurement strategy. The strategy has three value bands as follows:- a) Works with a construction value of up to 4m will be let directly by NHS organisations at a local level in accordance with their Standing Financial Instructions. b) Works with a construction value of between 4m and 10m have been procured through the Designed for Life: Building for Wales 2 Regional Frameworks. c) Works with a construction value of above 10m will be procured through the Designed for Life: Building for Wales 2 National framework (this bid process). It is the intention that from July 2012 all NHS Wales projects with a construction value in excess of 10 million will be let under the new National Frameworks. NWSSP-FS are working with the xchangewales esourcing programme to seek bids for its Regional Frameworks. It is utilising Bravo Solution as the etendering package and will utilise Award as the eevaluation package for the Invitation to Tender (ITT) stage.

5 1.2 Objectives The objectives are to: Obtain Best Value for Money in procuring major health capital developments. Implement the Welsh Government s construction policy to ensure that the NHS in Wales complies with best practice models of procurement based on long-term strategic partnerships. Assist the NHS Wales to become an exemplar client for all major Construction Projects. Create an environment of collaborative working and continuous improvement that utilises strategic partnerships with integrated supply chains. The outputs/benefits that are to be realised through achieving these objectives are captured in the following targets:- Design and Construction Costs o Deliver projects at a total design and construction out-turncost which is 5% below the Final Project allowance Construction Cost as defined. Predictability o The number of projects to be completed within the Target Price to be 95% or greater. o The number of projects in construction to be completed on time to be in excess of 90%. Defects o The number of projects to be completed with zero defects at handover to be in excess of 90%. Accidents o The Accident Frequency Rate and Accident Incident Rate to be 20% less than the Average National AFR and the Average National AIR respectively; and

6 Sustainability o All new build construction projects to achieve a BREEAM score of excellent. All refurbishment construction projects to achieve a BREEAM score of very good. 1.3 Core Principles Designed for Life: Building for Wales 3 National Frameworks are to be built around a series of Core Principles which will be utilised to measure performance and behaviour. Organisations must consistently demonstrate their commitment to adhering to these principles for the benefit of NHS Wales. The Core Principles are: Best Value for Money All involved in the Frameworks must strive towards achieving best value for money both within the Framework and at individual project level. Best Value for Money (BVfM) is defined as the optimum combination of whole-life costs and quality (or fitness for purpose) of the good or service to meet the user s requirements. BVfM is not the choice of goods and services based on the lowest cost bid. Exemplar Client All involved in the Frameworks will assist the NHS in Wales to progress towards achieving Exemplar Client status as defined by the National Audit Office Maturity Matrix. The success of any project ultimately depends upon the leadership and capability of the Client. The majority of decisions about cost, quality and programme are made by the Client and those decisions need to be taken by knowledgeable, experienced and capable individuals who understand their business and the consequences of their requirements. It is recognised that there are shortcomings at present. NHS Wales intends that these skills are available to Local Health Boards and Trusts and will work towards this goal within the life of the Regional Frameworks. Integrated Supply Chains There will be Integrated Supply Chains to take Construction Projects from star of Outline Business Case stage to Project Closure. The Integrated Supply Chain will be led by a Supply Chain Partner.

7 Collaborative Working The National Frameworks and all projects shall embrace the concept of and put into effect collaborative working behaviours and processes. This is one of the most fundamental core principles and is a primary attribute of successful projects. It requires organisations to work together: in good faith and in a spirit of mutual trust and respect; to act in a co-operative and collaborative manner; to share information honestly and openly; and to highlight any difficulties at the earliest opportunity to achieve and advance the Project Objectives. To achieve Collaborative Working organisations will need to ensure: leadership; communication; planning; training; and development of common systems, processes and procedures. Continual Improvement All involved in National Frameworks must strive towards continual improvement at National, Project and Inter-Project levels for the benefit of NHS Wales. Performance Management All parties to the National Frameworks shall be subject to Performance Measurement at both National and Project levels. Effective Risk Management Led by the Project Manager all parties at project level will actively contribute towards effective Risk Management.

8 To achieve this Risks will be placed with those best able to manage them and take appropriate mitigating action; There will only be one Risk Register; it will be owned by the Project Manager but compiled in collaboration with all project parties; Risks will be reviewed and re-assessed collaboratively on a monthly basis Open Book Working An Open Book accounting regime will be applied to participants in the National Frameworks (including Supply Chain Members). To achieve this there will be two levels of audit: At National Framework level to audit those areas best carried out on a National basis; At Project level to audit those areas best dealt with at Project level. A copy of the Audit Protocol is attached as Annexure A. Fair Payment All parties to the National Frameworks must sign up to the Designed for Life: Building for Wales 3 Fair Payment Charter. (See Annexure B) Sustainable Development The Sustainable Development Scheme, One Wales; One Planet, was published in May 2009 and it states that sustainable development is the central organising principle for the Welsh Government. The NHS has also published its own sustainable development guidance for the planning, design, and construction of health and social care buildings, Health Technical Memorandum Sustainable health and social care buildings. This requirement has been adopted as a core principle of the Frameworks which will endeavour to meet the following minimum targets: Environmental Impact Assessment

9 All new build Framework capital projects must achieve a BREEAM (Building Research Establishment Environmental Assessment Model) rating of Excellent at pre-assessment, design and procurement and post-construction reviews. All refurbishment Framework capital projects must achieve a BREEAM rating of Very Good at pre-assessment, design and procurement and post-construction reviews. Energy The design of all new buildings and refurbishments for energy efficiency should adopt an energy hierarchy. Firstly all opportunities to reduce energy demand are explored, then energy efficiency measures are considered and finally the opportunities to exploit low carbon and renewable energy sources are evaluated. In compliance with the latest Welsh Government Ministerial planning policy statement on planning for sustainable buildings, a minimum standard CO2 (EPC) rating of 40 or better needs to be achieved. The baseline target for carbon emissions for wales is an annual 3% year on year reduction and the NHS in Wales is expected to act as an exemplar in contributing to achieving this target; All NHS Health Boards and Trusts in Wales must utilise at least 20% of energy consumed from renewable or low carbon technology sources by All new capital developments and major redevelopments must utilise at least 20% of energy consumed from renewable or low carbon technology sources by Specific targets and metrics on energy and carbon reduction for NHS Wales will be set by the requirements of the forthcoming Low Carbon strategy and all NHS Wales bodies will be expected to comply with these requirements. Recycling In future all major capital projects must demonstrate that they contain a minimum of 15% (by material value) of reused and recycled content.

10 Construction and demolition waste Towards Zero Waste was published by the Welsh Government in June 2010 it established the targets for Wales ambition of becoming a high recycling nation by 2025 and a zero waste one nation planet by The construction industry will need to reduce the amount of waste by 1.5 per cent every year until The Construction and Demolition Waste sector Plan is being consulted upon and establishes the outcomes, policies and actions for the sector. The requirements of these documents have been incorporated into the National Framework core principles with the intention to meet the targets established. All major capital projects carried out by NHS Wales, resulting in the production of construction and/or demolition waste, are required to put in place Site Waste Management Plans. The plan should also incorporate project specific targets in accordance with the priorities of the waste hierarchy and include methods to measure performance. For example, total waste arisings and waste to landfill should be recorded and measured in tonnes per 100m2 of internal floor area, tonnes of waste arisings should not exceed 13 tonnes* per 100m2 of internal floor area. *Standard industry benchmark BRE waste data by project type for new build only. Community Benefits Supply Chain Partners and Support Consultants shall use all reasonable endeavours to employ in the carrying out of projects, direct labour, subcontractors and suppliers who are based in the locality of the project. The key deliverables being: Increase the supply of local labour; Increase the skill level of individuals needed to deliver Designed for Life: Building for Wales 3 projects; Support SME collaborative development; Provide continuity of workload; Procure, where possible, materials and services locally;

11 Utilise opportunities to train Local Health Board or Trust Estates teams; Minimise disruption to local residents during the construction stage of the project; Communicate the Community Benefits Strategy, new developments and key successes

12 Section 2. Proposal 2.1 Composition and Duration of National Frameworks The National Frameworks will cater for capital projects with an estimated construction value over 10m (including enabling works but excluding Value Added Tax). This equates to projects with a total capital cost (Works Cost, Fees, Non-Works Cost, Equipment, Quantified Risk and Value Added Tax) exceeding 15m approximately. There will be three National frameworks:- - Project Manager (itt_35476) - Cost Adviser (itt_35475) - Supply Chain Partner (itt_35477) The above are the reference codes that will be used in the etenderwales/bravo system. Supervisor teams will be either appointed from within Local Health Boards or NHS Trusts or procured by the Project Manager on behalf of the Local Health Boards or NHS Trusts or be a mixture of both. It is intended that there will be three organisations appointed to each framework discipline. i.e. - 3 organisations for Project Manager - 3 organisations for Cost adviser - 3 organisations for Supply Chain Partner Each Supply Chain is required to be made up of the following disciplines: - One Constructor - Two Architects - Two Civil and Structural Engineers - Two Building Services Engineers

13 - Two Building Services Installers each covering both Electrical and Mechanical Installation - Two CDM Co-ordinators All National Frameworks will adopt the NEC3 suite of contracts. An outline of the proposed National Framework structure is attached as Annexure A. Designed for Life Building for Wales 3 will be procured on the basis of an initial 4 year contract with the option to extend by up to two years. Designed for Life Building for Wales 3 will be procured and managed by NWSSP-FS as the agent for the Welsh Government. Welsh Government representatives will sign the framework agreements with the successful bidders as sponsor of the frameworks. Contracts for specific projects will be subject to mini-competition between the successful bidders on each of the Frameworks, Contracts for specific projects which are let under the frameworks will be entered into between the successful bidders and the individual Local Health Boards or NHS Trusts responsible for the project. It will be open to all Local Health Boards or NHS Trusts in Wales (and also any other NHS bodies that may exist in Wales during the life of the framework, the Welsh Government, and other Welsh public bodies who wish to develop facilities jointly or in collaboration with the NHS) to let contracts under these frameworks for the duration of the frameworks. A Process map for the National Frameworks is attached as Annexure B.

14 2.2 The Design and Construction Process Refer to Annexure D for the Process Map, Annexure E for the Flowchart for the Business Case Process and Annexure F for the Schedule of Roles and Responsibilities matrix. Schedules of Services for all framework parties have been attached to the ITT document for information. The Project Manager, Cost Adviser and Supply Chain Partner will be appointed by a three-phase process: 1 st Phase To take the project from approval of Strategic Outline Case to Welsh Government approval of the Outline Business Case (post-riba Stage C). The Outline Business Case will set a Project Allowance for the Health Board/Trust. 2 nd Phase To take the project from Outline Business Case (RIBA Stage D) to Welsh Government approval of the Full Business Case (RIBA Stage H). As part of the duties of this stage, a Target Price is to be agreed upon completion of RIBA Stage H for inclusion in the Full Business Case, which when combined with other Health Board/Trust cost centres will not exceed the Project Allowance established in the 1 st Phase above. 3 rd Phase After Welsh Assembly Government approval, to take the project from finalisation of design, through construction to handover and settlement of final account. Upon approval of the Strategic Outline Case, NHS Health Boards or Trusts will be able to appoint a Project Manager and Cost Adviser from the various frameworks via a mini-competition process, to fulfil duties up to RIBA Stage C (approval of Outline Business Case by Welsh Government). The appointments will be made on the NEC3 PSC form of contract. They will always be appointed in advance of the Supply Chain Partners.

15 The Project Manager and Cost Adviser selection will involve the submission of a valid bid proposal and attendance at an interview. The Project Manager and Cost Adviser candidates will bid in competition for progressing the project to submission of Outline Business Case and will be expected to submit costed Activity Schedules based on the hourly rates submitted during the framework selection process for this phase. The commission will be for all stages, subject to contract termination conditions, with the costs of subsequent project phases based on costed Activity Schedules agreed at the end of phase 1. After appointment the Project Manager and the Cost Adviser will assist the Local Health Board or Trust in the preparation of the Project Selection Pack for the selection and appointment of a Supply Chain Partner. It should include a Project Initiation Document, a Brief/Works Information, a Schedule of Services, Contract Data Part 1, Exemplar Activity Schedules for the Outline Business Case stage and Contract Data Part 2 (for completion by the bidding parties). Each Supply Chain Partner will be expected to submit a valid bid proposal, attend an open day and an interview. In addition to hourly rates and percentages bid at framework selection stage, the bid proposal will also include a Costed Activity Schedule for the Outline Business Case stage which will be financially evaluated against the other two bids. The successful organisations will be required as a strict obligation to sign Project Agreements prior to commencement of the commission. Failure to do so may be counted as a breach of the Framework Agreement. The selected team will work with the NHS Health Board or Trust and other consultants engaged by the NHS Health Board or Trust, (e.g. Health Planners) to develop the service requirement, assist with the Option Appraisal to produce a Preferred Option and translate it into a Conceptual Proposal. Upon completion of the Conceptual Proposal and agreement with Welsh Government of an approved Project Allowance, an Outline Business Case may be submitted by the Health Board/Trust for approval by Welsh Government. The approved Project Allowance represents an out-turn budget for the Health Board/Trust within which all capital expenditure associated with the project must be met. The need for specialist Advisers, such as Town Planners, BREEAM assessors, Site Investigation Specialists shall be agreed between the

16 NHS Health Board or Trust and the Project Manager or between the Supply Chain Partner and Project Manager. Appointment of specialist Advisers will be either directly by the NHS Health Board or Trust or by the Supply Chain Partner. 2.3 Specific Key Elements Design Development It is important to recognise that the Designed for Life: Building for Wales 3 National frameworks are not Design and Build projects. The parties involved work collaboratively to deliver the project, jointly developing the design and specification within the cost, time and quality boundaries that are set from the Strategic Outline Business Case. Sufficient time must be allowed in the Programme to allow proper consideration of proposals before sign off. NHS Health Boards and Trusts will use the opportunities presented at end of Outline Business Case and end of Full Business Case stage with the presentation or refreshment of Works Information as convenient review and sign off points before continuing contractual relationships. Getting to Target Price under National Frameworks Introduction Getting to Target Price is the most difficult stage of the whole Designed for Life: Building for Wales 3 process. There are conflicting objectives and the process requires firm management and significant negotiation. The process for establishing a Target Price (the Prices) for the construction of the required facility commences from the initial appointment. A Project Allowance will be set by Welsh Government upon approval of the Outline Business Case. The Project Allowance represents the total amount of monies allocated to a Health Board /Trust by Welsh Government, within which the Health Board /Trust is required to manage the delivery of the capital project. A component part of the Project Allowance will be the Construction Cost which is a Price not to Be Exceeded. As the design for the required facility progresses through the RIBA work stages from stage D onwards, the Health Board /Trust will require periodic cost reports on the Construction Cost in order to manage within their set Project Allowance. At the end of RIBA Stage H the

17 Health Board /Trust will require a Target Price (the Prices) for inclusion in the Full Business Case. While approval to the FBC is awaited all necessary contractual documentation will be drawn up in readiness (once approval is received) for a speedy exchange of contracts and start on site. Firm Price The decision as to whether projects under the Designed for Life: Building for Wales 3 National Framework, shall be Firm or Fluctuating Price, will be made on the specifics of each individual project. Design Completion It is a requirement of Designed for Life: Building for Wales 3 that 70-80% of design (for each element including engineering services) should be progressed and completed in order to establish the Target Price for inclusion in the Full Business Case. This has been clarified to mean the achievement of RIBA Plan of Work Stage H for Partnering type contracts. It does not mean 70-80% cost certainty as this should have been achieved earlier in the process. It is expected that proper coordination of the building enclosure, structure and engineering services is part of this requirement. The purposes of this requirement for 70-80% design completion is to ensure that robust market testing of works packages can take place to ensure that the Target Price is sound and that everyone can have confidence in it. This level of design should also ensure there are no delays to construction activity because of incomplete or uncoordinated design. It is obviously difficult to measure design completion. To assist this, SCPs should provide detailed design sub-programmes linked back to RIBA Plan of Work stages showing design activities carried out by Architects, Civil and Structural Engineers and Building Services Engineers. The provision of such programmes will assist in identifying the key deliverables in achieving 70-80% design completion. In addition an assessment of the design fee expended upon completion of the Target Price as a proportion of the total fee should be provided as part of the Full Business Case submission submitted by the Health Board/Trust. This should provide a supplementary rule of thumb guide as to whether the target design

18 completion has been achieved and assist in the Welsh Government scrutiny/approval process. Target Price and Value for Money In order to assist the Welsh Government scrutiny process at Full Business Case stage, the establishment of the Target Price is required to demonstrate that all works packages either utilise rates and percentages tendered at ITT stage, are competitively tendered or are benchmarked at open market rates. It is imperative that all parties work to achieve hard Target Prices to ensure best value for money. This requires sufficient time being included in project programmes for the market testing process for sub-contract work packages. A hard Target Price ensures all parties have to work effectively and efficiently to complete the project within Target Price and achieve gain share. The term Guaranteed Maximum Price is sometimes used and is technically any Target Price with a 100% Pain share to the SCP. Procurement Procedure It is vital that a Procurement Procedure is produced by the SCP and agreed by the Project Manager identifying how the project is to be broken down into work packages and how each is to be procured as part of the OBC development and the establishment of the Project Allowance. The Procurement Procedure is required to be incorporated into the Works Information at commencement of FBC (Clause 11.2 (25)). This is especially important where in-house organisations are to be utilised by SCPs that may not be subject to market testing. Failure to follow this procedure may result in Disallowed Cost. The Project Cost Plan should also be re-cast to reflect the cost of the work packages (identified in the Procurement Procedure) from the previous elemental breakdown. Dependent upon the number of work packages subject to open market rates the Project Risk Register may need to be revised. Each of the works package elements in the Cost Plan should reflect the total expected cost of the works package after market testing. They should not include any SCP design costs but may include subcontract design costs.

19 Contract Data Rates and Percentages SCPs will provide at Framework appointment stage, rates for the following cost centres: All construction staff involved in taking forward the design, through approval of Full Business Case to Completion as scheduled.; All Supply Chain Member staff involved in taking forward the design, through approval of Full Business Case to Completion as scheduled.; Working Area establishment costs as scheduled. Competitively Tendered Prices The elements essential to the successful conclusion of this process are dependent upon sufficient time being allowed for: Design to advance to a minimum of 70-80% completion; Comprehensive and complete tender documentation to be prepared; Tenderers to prepare their bids; Proper evaluation and negotiation with tenderers. At the very least three bids per works package should be obtained. Bids should be opened jointly by the SCP and Cost Adviser. Evaluation When the bids have been received they need to be comprehensively evaluated, by the SCP and Cost Adviser, to ensure that the comparison is between apples and apples. The bids may need to be levelled to achieve this and therefore adjustments may need to be made for omissions or exclusions. The adjustments should be agreed with each works package subcontractor. In the bid documents the SCP should identify those attendances that it expects the bidding subcontractors to provide. All other attendances that are expected to be provided by the SCP to the subcontractors should be priced for in Preliminaries not against the works package. This should allow a more holistic approach to be taken considering the work packages as a whole and not in isolation.

20 SCP Risk in respect of work packages should be allowed for in the Risk Register and quantified in the SCP Quantified Risk build-ups. There should be no SCP Risk in Work Package costs. Subcontractor risk assessments should be covered in their bids. NHS Health Boards and Trusts need to carefully consider those risks which are best placed with the SCP and those it will bear itself. To enable this to happen a full list of all SCP and subcontract risks needs to be prepared for discussion between the NHS Health Board or Trust, the SCP, Project Manager and Cost Adviser. Some work packages may still have some work to be done in respect of Design Development. The design fees for this work should have been allowed by the subcontractor in its bid submission or, if the work is to be designed by the SCP, provision made in the SCP fees. If the subcontractor has included design fees a review will be necessary to ensure that there is no duplication of fee with the Design Consultants who have probably been commissioned for the provision of a full design service. The cost of the outstanding work will also need to be assessed. Theoretically it should be the difference between the Works Package element cost and the bid submission received from the subcontractor. If more funding is required it should be drawn from the Cost Plan Design Reserve or from savings made elsewhere. Unless previously agreed with the Cost Adviser, Design Development should not amount to more than 5% of the value of an individual works package or 2.5% of the total of all work packages. Post Target Price re-tendering of Works Packages On occasions it may be the case that some work packages are retendered after the Target Price has been agreed. If a package has to be re-tendered then it should be done in agreement with the Project Manager and under the same process as Pre-Target Price market testing. Gain Share for SCP For Stages 2 and 3, Gain share will be 0% gain 100% pain. For Stages 4, 5 and 6, Gain share will be limited to the first 2.5% of any savings apportioned 50%/50% between the NHS Health Board or Trust and the SCP. Savings over this amount will accrue 100% to the NHS Health Board or Trust.

21 2.4 The Framework Procurement Process The Framework Procurement Process for the three frameworks (Supply Chain Partner, Project Manager and Cost Adviser) has been broken down into three Phases: Phase 1: Short-listing Phase 2: Bid and evaluation Phase 3: Contract Phase 1: Short-listing The main elements of this Phase are: Issue of the Contract Notice via restricted procedure Issue (via BRAVO) the PQQ MoI and the PQQ PQQ responses from candidates Evaluation of Financial robustness Evaluation of Non-financial criteria Short-listing and notification Phase 2: Bid and evaluation The main elements of this Phase are: Issue (via BRAVO) of the ITT MoI and the ITT (Wednesday 30 th May 2012) Candidates to comment on proposed Framework Agreement v1 and return to Facilities Services by midday Wednesday 6 th June Facilities Services to consider comments on proposed Framework Agreement and issue Framework Agreement v2 by midday Monday 11 th June Candidates to return final comments on Framework Agreement v2 to Facilities Services by midday 13 th June Facilities Services to consider and issue finalised framework Agreement v3 by midday Friday 15 th June 2012.

22 ITT responses from short-listed candidates ITT evaluation Interviews Final selection and preparation of ITT Report and Recommendations Strategic Framework Board and Welsh Government approval Notification and debriefing Standstill period NWSSP-FS reserves the right to undertake office and site visits with the short-listed organisations and/or their Supply Chain Members following receipt of the ITT responses. Phase 3: Contract The main element of this Phase is: Execution of Contract documents. 2.5 Evaluation Approach Introduction In order to be awarded a place on the Designed for Life: Building for Wales 3 National Frameworks, candidates must succeed at both Shortlisting (PQQ) and Invitation to Tender (ITT) stages. The evaluation of submissions at each stage is separate, and success at PQQ will place all short-listed candidates on an equal footing as they enter the ITT stage. Scores from PQQ stage will not be carried forward into the ITT stage. The stages will be evidence based from which evaluators will be seeking verifiable evidence to substantiate statements submitted in pre-qualification and bid documentation and at interview. Selection criteria at ITT stage will be a combination of both financial and non-financial factors and will consider: Candidates proposed approach must meet the objectives and core principles of D4LBfW3 and be feasible, robust and cost effective.

23 Candidates proposed resources must have the knowledge and skills necessary to deliver the proposed approach and be available to meet the required timescales. Candidates pricing provide Best Value for Money Evaluation and Assessment Principles Candidates will need to respond to a number of pass/fail requirements and to agree to a number of required behaviours in order to proceed to acceptance on the frameworks. Where an element of the ITT operates on a pass/fail basis, it is made explicit in the ITT. A first trawl of ITT responses will be made reviewing the pass/fail questions. Failure by the candidate to satisfy the requirements of any pass/fail question will result in automatic exclusion from this tender process. A review will be conducted on the PQQ responses submitted in order to identify if any changes have occurred. Other questions are scored (as stated explicitly in the ITT). Any Project Manager or Cost Adviser candidate who provides two or more answers to any scored questions which receive a score of zero will be disqualified from further participation in this tender process. The above principle will also be applied to Supply Chain Partners and their individual Supply Chain Members. If any of the following individually score two zeros - Supply Chain Partner - Architect Company A - Architect Company B - Building Services Engineer Company A - Building Services Engineer Company B - Civil and Structural Engineer Company A - Civil and Structural Engineer Company B - Building Services Installer Company A

24 - Building Services Installer Company B - CDM Coordinator Company A - CDM Coordinator Company B The entire supply chain submission will be disqualified from further participation. Remaining candidates responses will then be assessed against pre-defined grading levels that will determine the score awarded for the answer to each question. Evaluators will be provided with guidance notes to ensure a common approach to evaluation. These Evaluator guidance notes will not be available to candidates but will be consistent with the scoring methodology set out below. Answers to the scored non-financial questions will be scored as follows: Level Generic Meaning Score Very High Confidence Issue is fully understood and readily achievable/manageable by the candidate Proposals address all of the issues Clear evidence of partnering in response provided Innovative approach with wide-ranging applications Adding value to the process Demonstrates understanding beyond stated requirements Strong, complete evidence with justification Evidence from multiple sources / sectors 100

25 High Confidence Issue is fully understood and achievable/manageable by the candidate Proposals address all of the issues Clear evidence of partnering in response provided Demonstrates full understanding of stated requirements Strong, complete evidence with justification Evidence from multiple sources / sectors 90 Good Confidence Issue is well understood and achievable/manageable by the candidate Proposals address all of the key issues Clear evidence of partnering in response provided Demonstrates good understanding of stated requirements Good evidence with justification 75 Low Confidence Issue is mostly understood and achievable/manageable in most parts by the candidate Proposals address most of the key issues Some evidence of partnering in response provided Basic understanding of stated requirements Evidence is light or vague in detail 55 Concerns Issue is partly understood and achievable/manageable in some parts by the candidate Proposals address some of the key issues Little evidence of partnering in response provided Basic understanding of stated requirements Evidence is light or vague in detail 30

26 Major Concerns Issue is poorly understood and potentially unachievable/unmanageable by the candidate Proposals address some of the issues Little or no evidence of partnering in response provided Little understanding of stated requirements Evidence is very light or very vague in detail 0 Each of the scored questions has been weighted. The weightings for each scored question are indicated for each of the frameworks in Annexure G. Interviews Interviews will be conducted and will be scored. The weightings for the interviews are indicated for each of the frameworks in Annexure G. Set questions will be asked of each candidate and the scoring methodology as described above will be adopted. Three weeks notice will be given to candidates of the time and location of interviews. Short-listing Scores will ultimately then be ranked according to their weighted scores and the top 3 candidates (the number being at NHS Wales Shared Services Partnership - Facilities Services discretion) will be invited to proceed to the next stage. Due Diligence Prior to confirming appointment to the framework, candidates financial and economic standing will be re-checked (but will not be scored, nor will it form part of the evaluation). If any candidate s situation has seriously deteriorated, to the point where they would no longer meet the requirements imposed at PQQ stage NWSSP-FS may disqualify that candidate and the next placed candidate will be invited to proceed to the next stage instead. Evaluation Team Structure The evaluation team will be comprised of parties from NHS Wales Shared Services Partnership, NHS Trusts & Local Health Boards, and independent Evaluators.

27 The team will be structured such that Evaluators will be charged with assessing a group of questions/responses for a number of candidates, dependant upon the volume of returns. All questions will be evaluated by at least two separate evaluators. Interviews will be held and will be scored. The interview panel will be consistent for each framework to be evaluated, Selective unannounced site visits may be undertaken for Candidates applying for the Supply Chain Partner frameworks. All scores will then be reviewed by a Moderation Panel prior to final short-listing. Support Software BRAVO and AWARD will be used to support the evaluation process, provide an audit trail and provide situation and feedback reports for the ITB stage. Annexure H indicates mandatory requirements and frequently asked questions associated with the electronic tendering process. Evaluation Report Once the Moderation Panel has reviewed the scoring and the final shortlisting has been completed, an Evaluation Report will be prepared and presented to the Design for Life: Building for Wales Strategic Framework Board and Welsh Government. Following sign-off of the Evaluation Report, all candidate organisations submitting an ITT shall be notified of their success/rejection. Unsuccessful candidates will receive notice of their scores and a statement of the reasons why they were unsuccessful. NHS Wales Shared Services Partnership - Facilities Services may at its discretion offer debriefing meetings or telephone calls (if requested) by appropriate members of the evaluation team.

28 Section 3: Conditions of Tender 3.1 Purpose This Invitation to Tender (ITT) has been prepared by NWSSP-FS and Morgan Cole solicitors for the purpose of supporting the application and selection process for candidates interested in being appointed as Supply Chain Partners (SCPs) or Support Consultants (SCs) for the Designed for Life : Building for Wales 3 National Frameworks. 3.2 Disclaimer None of the following: NWSSP-FS, the Welsh Ministers, their advisers or their directors, officers, members, partners, employees, other staff, agents or advisers of any such person, or any person or organisation representing such person: Makes any representation or warranty (expressed or implied) as to the accuracy, reasonableness or completeness of this ITT; Accepts any responsibility for the information contained in this ITT or for its fairness, accuracy or completeness; Shall be liable for any loss or damage (other than in respect of fraudulent misrepresentation) arising as a result of reliance on such information or any subsequent communication. Only the express terms of any written contract relating to the subject matter of this ITT, if and when it is executed, shall have any contractual effect in connection with the matters to which this ITT relates This ITT is intended as an introduction to the Designed for Life : Building for Wales 3 National Frameworks. It does not form the basis of any decision to enter into any contractual relationship with Local Health Boards or NHS Trusts in Wales or NWSSP-FS, acting as agent for the Welsh Government. This ITT does not purport to be all-inclusive or to contain all of the information that a candidate may require; those reading the documents must satisfy themselves of the meaning and importance of the details. Candidates are responsible for raising any queries via BRAVO (as set out in the ITT).

29 3.2.3 Candidates are reminded that they participate in this tender process at their own risk and cost. Neither NWSSP-FS, the Welsh Ministers, nor any Local Health Board or NHS Trust in Wales, nor any of their advisers shall be liable for any expenses incurred by the candidates in connection with the tender process either for these Framework Agreements or any subsequent contract pursuant to these Framework Agreements NWSSP-FS does not bind itself to accept the lowest or any bid, and reserves the right at its total discretion (acting in accordance with all applicable law), to award framework contracts in whole or in part, to any number of entities, or to terminate the tender process at any stage without making any award. 3.3 Governing Law The law of this tender process (and of any contract awarded pursuant to it) shall be the law of England and Wales, as it applies in Wales. 3.4 No obligation Candidates and other recipients of this ITT are reminded that the issue of documents from NWSSP-FS does not commit NWSSP-FS, the Welsh Government, or any NHS Local Health Board or Trust in Wales to: Proceed to invite Candidates to tender for, or appoint Candidates to, this Framework Agreement; Award any subsequent contract for individual projects pursuant to this Framework Agreement. 3.5 Confidentiality Candidates shall treat all documentation and supporting information provided in relation to this tender process ( Tender Information ) provided by NWSSP-FS as confidential at all times and shall safeguard it accordingly Candidates shall not disclose any Tender Information to any third parties, other than to their employees and professional advisors to the extent necessary for the purposes of this Designed for Life : Building for Wales 3 National Frameworks procurement ( this Procurement ).

30 3.5.3 Candidates shall ensure that all third parties to whom disclosure is made in accordance with above, shall keep any such information confidential Candidates shall not use any Tender Information received otherwise than for the purposes of this Procurement Candidates shall not either in whole or in part, copy or reproduce any part of the Tender Information without the prior consent of NWSSP-FS. 3.6 Candidates continued good standing Candidates are reminded of the provisions of Regulation 23 of the Public Contracts Regulations In the event that any of the circumstances set out in Regulation 23 apply (at any time during this Procurement), the candidate must immediately notify NWSSP-FS. Candidates are advised to check at each stage of the tender process that none of the circumstances in Regulation 23(1) or (4) apply to them, and a full copy of the text can be found at: [CTRL & CLICK to follow link] NWSSP-FS may at its discretion require any candidate to provide appropriate evidence such as a record of convictions to substantiate the position. 3.7 Candidates continued financial standing Candidates are reminded of the financial robustness tests which they are required to pass in order to be invited to tender (see the ITT for details). In the event that any candidate becomes aware (at any point in the tender process after the ITT process has been completed) of any matters which would mean that those tests would no longer be satisfied, the candidate must immediately notify NWSSP-FS. NWSSP-FS reserves the right to repeat the financial robustness tests as part of its precontract due diligence in respect of any candidate.

31 3.8 Expenses Candidates shall be responsible for and will bear all of their own costs, liabilities and expenses which may be incurred in the preparation of their response to the Pre-Qualification Questionnaire and the Invitation to Tender (plus any other costs liabilities or expenses of or incidental to this Procurement), regardless of whether a contract is awarded. 3.9 Freedom of Information Candidates should note that NWSSP-FS as part of Cwm Taf Local Health Board is bound by the provisions of the Freedom of Information Act 2000 ( FOIA ) and the Environmental Information Regulations If any candidate believes that any information it provides to NWSSP-FS is confidential in accordance with section 41 of the FOIA or commercially sensitive in accordance with section 43 of the FOIA, or should otherwise be protected from disclosure, the information must be marked as such and the candidate shall notify NWSSP-FS as to the reasons why it believes such information is confidential or commercially sensitive or should otherwise be protected NWSSP-FS shall use reasonable endeavours (but cannot guarantee) to keep candidates information designated in accordance with paragraph above, confidential. NWSSP-FS shall be responsible for determining in its absolute discretion whether the information provided by the candidate is confidential or commercially sensitive and is exempt from disclosure in accordance with the provisions of the FOIA NWSSP-FS may, acting in accordance with the Department of Constitutional Affairs Code of Practice on the Discharge of the Functions of Public Authorities under Part 1 of the FOIA be obliged under the FOIA, or the Environmental Information Regulations 2004, to disclose information concerning the candidate in certain circumstances without consulting the candidate or following consultation and having taken the candidate s views into account Non Collusion Candidates shall not enter into any agreement with any other candidate, person or body in respect of the value of any proposed tender or enter into any agreement not to tender.

32 Candidates shall not communicate the approximate value of their proposed tender, except where such disclosure, in confidence, is necessary to obtain insurance premium quotations or professional advice for the preparation of their tender Candidates shall not offer, pay or agree to pay any sum of money or valuable consideration either directly or indirectly to any person for doing the acts listed in and above NWSSP-FS may exclude from the tender process at any time any candidate who breaches the provisions of this paragraph Bribery Act Any candidate who at any point infringes the provisions of the Bribery Act 2010 will be disqualified from the tender process Framework Rules It is intended that there will be three Supply Chain Partners, three Project Managers and three Cost Advisers Candidates appointed to a framework will be required to operate throughout Wales and compete for every project regardless of the nature, location or value It will be a mandatory requirement for NHS Wales organisation to use Supply Chain Partner frameworks Client side frameworks i.e. Project Manager and Cost Adviser, will not be mandated as there may be circumstances when sufficient expertise is available from within the NHS to fulfil these functions. However consultancy organisations outside of the frameworks will not be allowed to fulfil this role A candidate (including any of their group companies and affiliated or subsidiary organisations) may only apply and be represented on either the Client side or the Supply Chain side, but NOT BOTH For the purposes of the above statement the following frameworks are deemed to be Supply Chain side :-

33 - Supply Chain Partner (including Supply Chain Members) For the purposes of the above statement the following frameworks are deemed to be Client side :- - Project Manager - Cost Adviser A candidate (including any of their group companies and affiliated or subsidiary organisations) may only apply for frameworks if they comply with one of the following two options :- Client side Option A Option B Project Manager Yes No Cost Adviser Supply Chain side Yes No Supply Chain Partner No Yes Architect No Yes Building Services Engineer No Yes Structural Engineer No Yes Building Services Installer No Yes CDM Coordinator No Yes

34 In accordance with Option A, a candidate (including any of its group companies and affiliated or subsidiary organisations) may apply for inclusion on the Project Manager Framework, the Cost Adviser framework or both frameworks, but is excluded from applying for any other frameworks. In accordance with Option B, a candidate (including any of its group companies and affiliated or subsidiary organisations) may apply for inclusion on the Supply Chain Partner framework, but is excluded from applying for any other frameworks If by reason of subsequent events (e.g. merger or acquisition), a group company, affiliate or subsidiary of an entity appointed as Project Manager, Cost Adviser or both, becomes involved in a Supply Chain Partner s team, the entity must forthwith inform NWSSP-FS and will be asked to elect which role they wish to continue to fulfil. Such an entity will not be permitted to continue in a situation where it is both a Client side adviser and a potential party to a Supply Chain side Framework If by reason of subsequent events (e.g. merger or acquisition), a group company, affiliate or subsidiary of an entity appointed as a Supply Chain Partner team (including Supply Chain Members) becomes involved in a Client side Framework, the entity must forthwith inform NWSSP-FS and will be asked to elect which role they wish to continue to fulfil. Such an entity will not be permitted to continue in a situation where it is both a Client side adviser and a potential party to a Supply Chain side Framework A Supply Chain Partner must include two Supply Chain Members for the following disciplines - Architect - Building Services Engineer - Civil and Structural Engineer - Mechanical and Electrical Installer

Prequalification Questionnaire. for. Property Related Professional Services. PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE

Prequalification Questionnaire. for. Property Related Professional Services. PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE Section A Prequalification Questionnaire for Property Related Professional Services PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE CONTENTS Section A Section B Section C Appendix 1 Appendix

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

Professional Services Contract (PSC) for Consultants Selection Process for NHS Clients

Professional Services Contract (PSC) for Consultants Selection Process for NHS Clients Professional Services Contract (PSC) for Consultants Selection Process for NHS Clients December 2008 Contents Page Contents...2 Introduction...3 The Process Flowchart...4 Project Registration: Step 1...5

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

Invitation to tender For Asbestos Removal Services

Invitation to tender For Asbestos Removal Services Invitation to tender For Asbestos Removal Services PAGE 1 OF 17 Contents 1 Introduction 3 2 General 3 3 Contact, further information and queries 4 4 Closing date for tenders 5 5 Confidentiality 5 6 Tender

More information

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm INVITATION TO TENDER (ITT) NAME OF COMPANY: QUILTER CHEVIOT LIMITED TENDER FOR: The Quilter Cheviot DEMENTIA INITIATIVE TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL 2018 5pm 1. INTRODUCTION AND BACKGROUND

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

Innovate 2 Succeed Invitation to Tender External Evaluator - June 2017

Innovate 2 Succeed Invitation to Tender External Evaluator - June 2017 1. Introduction: Innovate 2 Succeed Invitation to Tender External Evaluator - June 2017 1.1 Invitation to Tender This is an invitation to submit a tender to provide services ( Services ) to meet the requirements,

More information

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB 1.1 BACKGROUND 1. The original funding provided by the Government to operate

More information

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES Date: 16 August 2017 ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES CPG/2123/2017 A Political Economy Analysis (PEA) of Colombia s Rail Sector Colombia Prosperity Fund Programme 2017-2022

More information

STRATEGIC COMUNICATIONS SERVICES

STRATEGIC COMUNICATIONS SERVICES Meri Mayhew Head of Policy Forces in Mind Trust 6 20 Elizabeth Street London SW1W 9RB T: 0207 811 3227 E: hp@fim-trust.org INVITATION TO TENDER FOR STRATEGIC COMUNICATIONS SERVICES Contract commencement

More information

RE-PROCUREMENT OF THE COLLABORATIVE SOUTH EAST WALES HIGHWAYS AND CIVILS CONSTRUCTION FRAMEWORK (SEWHIGHWAYS2)

RE-PROCUREMENT OF THE COLLABORATIVE SOUTH EAST WALES HIGHWAYS AND CIVILS CONSTRUCTION FRAMEWORK (SEWHIGHWAYS2) CARDIFF COUNCIL CYNGOR CAERDYDD CABINET MEETING: 27 JULY 2017 RE-PROCUREMENT OF THE COLLABORATIVE SOUTH EAST WALES HIGHWAYS AND CIVILS CONSTRUCTION FRAMEWORK (SEWHIGHWAYS2) REPORT OF CORPORATE DIRECTOR

More information

INVITATION TO TENDER for Consulting Services

INVITATION TO TENDER for Consulting Services Invitation to Tender Challenge Prize Centre (Better Markets) INVITATION TO TENDER for Consulting Services Challenge Prize Centre (Better Markets) Deadline for submissions: 17.00 GMT, Friday 9 th February

More information

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES. CPG/2124/2017 Political Economy Analysis (PEA) of Colombia s Agriculture Sector

ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES. CPG/2124/2017 Political Economy Analysis (PEA) of Colombia s Agriculture Sector Date: 01 August 2017 ATTACHMENT 1 COVER LETTER AND INSTRUCTIONS ON TENDERING PROCEDURES CPG/2124/2017 Political Economy Analysis (PEA) of Colombia s Agriculture Sector You are invited to submit a tender

More information

Procurement Document

Procurement Document Procurement Document (Dynamic Purchasing System) Application to enter Community Health Improvement Services Dynamic Purchasing Services Dynamic Purchasing System Dorset County Council, Dorset Procurement,

More information

DfE wishes to appoint Commissioners to deliver intervention and improvement support in the following LAs:

DfE wishes to appoint Commissioners to deliver intervention and improvement support in the following LAs: s ECSC Dynamic Purchasing System - Request for Quotation (RFQ) Supplier notice Please note that responses to this RFQ need to be made electronically through Redimo2 by completing evaluation sections and

More information

Invitation to tender. Provision of External Audit Services

Invitation to tender. Provision of External Audit Services Invitation to tender for the Provision of External Audit Services Tender return date: 10.00 am on 2 nd May 2017 Return to: Enquiries to: Address: Clerk to the Corporation Alison Rowland (arowland@sussexcoast.ac.uk)

More information

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019 Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019 26th May 2016 1. Purpose of this Invitation to Tender (ITT) 1.1. This invitation to tender is for appointment to a three-year framework

More information

Gambling-Related Harm Minimisation in Criminal Justice Invitation to Tender

Gambling-Related Harm Minimisation in Criminal Justice Invitation to Tender Gambling-Related Harm Minimisation in Criminal Justice Invitation to Tender Responsible Gambling Trust Friday 19 th February 2016 1. About the Responsible Gambling Trust (RGT) 1.1 RGT is the leading charity

More information

Auditing of Swedish Enterprises and Organisations

Auditing of Swedish Enterprises and Organisations Auditing of Swedish Enterprises and Organisations March 1st 2018 version 2018:1 1 General Application 1.1 These General Terms govern the relationship between the auditor ( the Auditor ) and the client

More information

SECTION 17 CONTRACT PROCEDURE RULES

SECTION 17 CONTRACT PROCEDURE RULES Glossary of terms:- 17.1.1 "Tender" means a sealed bid or proposal to supply or receive goods, materials or services or for the execution of works. 17.1.2 "Contract" means any contract including a Purchase

More information

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender Trethowans LLP Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender 1. Tender Process 1.1. Trethowans LLP ( Firm ) is providing this Invitation to Tender ( ITT ) to various interested

More information

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders An evaluation of the Irish Remote Interpreting Service (IRIS) 2018. Request for Tenders The latest date for receipt of tenders is Thursday 30 th August 2018 at 4 pm July 2018 Sign Language Interpreting

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Request for Proposal (RFP) For: International Museum Academy UK: Audience Engagement course Date: August 2015 1 Overview of the British Council 1.1 The British Council is the United Kingdom s international

More information

SEWSCAP CONTRACTORS FRAMEWORK CONTRACTORS CONSULTATION REPORT. For RHONDDA CYNON TAF COUNTY BOROUGH COUNCIL. July Page 1.

SEWSCAP CONTRACTORS FRAMEWORK CONTRACTORS CONSULTATION REPORT. For RHONDDA CYNON TAF COUNTY BOROUGH COUNCIL. July Page 1. For RHONDDA CYNON TAF COUNTY BOROUGH COUNCIL July 2010 Page 1 Contents; 1.0 Aims and Objectives of Framework 5 1.1 SEWSCAP Contractors Framework Objectives 5 1.2 21 st Century Schools Objectives 6 1.3

More information

Procurement & Probity Policy (v3.0)

Procurement & Probity Policy (v3.0) Procurement & Probity Policy (v3.0) VERSION HISTORY Rev No. Date Revision Description Approval 1.0 2 March 2015 Amalgamation of Procurement Policy and probity procedures to create new Policy. 2.0 23 June

More information

GREATER SHEPPARTON CITY COUNCIL and GOULBURN VALLEY REGIONAL COLLABORATIVE ALLIANCE

GREATER SHEPPARTON CITY COUNCIL and GOULBURN VALLEY REGIONAL COLLABORATIVE ALLIANCE GREATER SHEPPARTON CITY COUNCIL and GOULBURN VALLEY REGIONAL COLLABORATIVE ALLIANCE Policy Number 13.POL1 Version 3.0 Adopted February 2013 Last Reviewed July 2016 Business Unit: Responsible Officer: Approved

More information

Design Team Procedures Practice Note 1, February DESIGN TEAM PROCEDURES PRACTICE NOTE 1 (Revision 2)

Design Team Procedures Practice Note 1, February DESIGN TEAM PROCEDURES PRACTICE NOTE 1 (Revision 2) DESIGN TEAM PROCEDURES PRACTICE NOTE 1 (Revision 2) CHANGES TO STAGE 2b, STAGE 3 & STAGE 4 ARISING FROM AMENDMENTS TO THE PUBLIC WORKS CONTRACTS 1. Introduction 1.1 Changes to Public Works Contracts (a)

More information

BIS Research & Evaluation Framework. Guide for Buyers

BIS Research & Evaluation Framework. Guide for Buyers BIS Research & Evaluation Framework Guide for Buyers Framework reference: CR150025BIS BIS Research & Evaluation Framework: Guide for Buyers Update 22 June 2016 1 P age Research & Evaluation Framework Contract

More information

NHS ROTHERHAM PROCUREMENT SCHEME

NHS ROTHERHAM PROCUREMENT SCHEME NHS ROTHERHAM PROCUREMENT SCHEME Pre-Qualification Questionnaire (PQQ) Volume 1 Instructions and guidance for completion Version 2 March 2010 1 Table of Contents 1 PURPOSE AND ORGANISATION OF THIS DOCUMENT...

More information

TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP. Media for UKTI promotion 14/15 15/16. Tender for the Supply of Media Campaigns

TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP. Media for UKTI promotion 14/15 15/16. Tender for the Supply of Media Campaigns TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP Media for UKTI promotion 1/15 15/16 Tender for the Supply of Media Campaigns Date: June 2015 West Midlands International Trade LLP Registered

More information

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT)

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) COMHAIRLE CATHRACH CHORCAÍ CORK CITY COUNCIL CANDIDATE INFORMATION BOOKLET Please Read Carefully EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) DETAILS OF QUALIFICATIONS AND

More information

Shetland Islands Council

Shetland Islands Council Shetland Islands Council Invitation to Tender PUBLIC SUPPLY CONTRACT: PROVISION OF BARE BOAT CHARTER TUG(S) SHETLAND ISLANDS COUNCIL Ports and Harbours Service Infrastructure Services Department Port Administration

More information

STRUCTURAL ENGINEER S SERVICES SCOPE

STRUCTURAL ENGINEER S SERVICES SCOPE ROYAL BOROUGH OF GREENWICH STRUCTURAL ENGINEER S SERVICES SCOPE WOOLWICH CREATIVE DISTRICT PROJECT status: R1 purpose: For information version: 1.0 date: 07/03/2016 1 This version Authored by: name: Nick

More information

Procurement Process: Architects & Professional Engineering Services. Procurement.

Procurement Process: Architects & Professional Engineering Services. Procurement. Procurement Process: Architects & Professional Engineering Services Procurement www.novascotia.ca/tenders Updated: February 2017 Table of Contents Contents INTRODUCTION:... 3 APPLICATION:... 3 SCOPE of

More information

Procurement framework for managing Commissioning changes

Procurement framework for managing Commissioning changes Procurement framework for managing Commissioning changes 1. Introduction This framework sets out NHS Kernow s management of major changes to the commissioning of services. Applying a consist approach for

More information

Public Private Partnership Procurement and Opportunities.

Public Private Partnership Procurement and Opportunities. Public Private Partnership Procurement and Opportunities. C.J. Liebenberg. CJL Consult, Pretoria, 0039, South Africa, cliebenberg@cjlconsult.co.za ABSTRACT Pressure to improve waste management and to comply

More information

CORPORATE GOVERNANCE STATEMENT 30 JUNE 2017

CORPORATE GOVERNANCE STATEMENT 30 JUNE 2017 CORPORATE GOVERNANCE STATEMENT 30 JUNE 2017 The 2017 Corporate Governance Statement is dated as at 30 June 2017 and reflects the corporate governance practices in place throughout the 2017 financial year.

More information

INVITATION TO TENDER TENDER INSTRUCTIONS RELATING TO TIMING FOR THE TRIATHLON IRELAND NATIONAL SERIES EVENTS

INVITATION TO TENDER TENDER INSTRUCTIONS RELATING TO TIMING FOR THE TRIATHLON IRELAND NATIONAL SERIES EVENTS INVITATION TO TENDER TENDER INSTRUCTIONS RELATING TO TIMING FOR THE TRIATHLON IRELAND NATIONAL SERIES EVENTS ABOUT TRIATHLON IRELAND 1. Our primary responsibility is the development, promotion and safeguarding

More information

HOW TO DO BUSINESS WITH BANGOR UNIVERSITY A GUIDE FOR SUPPLIERS

HOW TO DO BUSINESS WITH BANGOR UNIVERSITY A GUIDE FOR SUPPLIERS HOW TO DO BUSINESS WITH BANGOR UNIVERSITY A GUIDE FOR SUPPLIERS Produced by Bangor University s Corporate Procurement Team July 2016 Version 1.0 CONTENT About this Guide.. 3 Background.. 4 The Procurement

More information

CORPORATE GOVERNANCE STATEMENT 2018

CORPORATE GOVERNANCE STATEMENT 2018 CORPORATE GOVERNANCE STATEMENT 2018 Horizon Oil Limited (the Company ) and the board are committed to achieving and demonstrating the highest standards of corporate governance. The board continues to review

More information

LEVEL 1-3 DEVELOPMENT SUPPORT TO SCHOOL GAMES ORGANISERS, SCHOOLS AND OTHERS - DELIVERY AGENT BETWEEN SEPTEMBER 2017 AND AUGUST 2020

LEVEL 1-3 DEVELOPMENT SUPPORT TO SCHOOL GAMES ORGANISERS, SCHOOLS AND OTHERS - DELIVERY AGENT BETWEEN SEPTEMBER 2017 AND AUGUST 2020 LEVEL 1-3 DEVELOPMENT SUPPORT TO SCHOOL GAMES ORGANISERS, SCHOOLS AND OTHERS - DELIVERY AGENT BETWEEN SEPTEMBER 2017 AND AUGUST 2020 - CALL FOR EXPRESSIONS OF INTEREST Introduction 1. This call for expressions

More information

Level 6 NVQ Diploma in Construction Site Management (Construction)

Level 6 NVQ Diploma in Construction Site Management (Construction) Level 6 NVQ Diploma in Construction Site Management (Construction) Qualification Specification ProQual 2014 Contents Page Introduction 3 The Qualifications and Credit Framework (QCF) 3 Qualification profile

More information

Board Charter Z Energy Limited

Board Charter Z Energy Limited Board Charter Z Energy Limited Z Energy Limited ( Z Energy ) is committed to the highest standards of corporate governance. This Board Charter ( Charter ) is the foundation document which sets out the

More information

Municipality of the District of Lunenburg POLICY

Municipality of the District of Lunenburg POLICY Municipality of the District of Lunenburg Title: Purchasing and Tendering Policy Policy No. MDL-33 Effective Date: January 1, 2014 1. Purpose and Objectives POLICY Amended Date: January 12, 2016 The Municipality

More information

PUBLIC-PRIVATE PARTNERSHIPS TRANSPARENCY AND ACCOUNTABILITY BILL. No. 605

PUBLIC-PRIVATE PARTNERSHIPS TRANSPARENCY AND ACCOUNTABILITY BILL. No. 605 PUBLIC-PRIVATE PARTNERSHIPS BILL 1 No. 605 An Act respecting the Transparency and Accountability of Public-Private Partnerships (Assented to ) Preamble WHEREAS the residents and taxpayers of Saskatchewan

More information

Level 6 NVQ Diploma in Construction Site Management (Construction)

Level 6 NVQ Diploma in Construction Site Management (Construction) Level 6 NVQ Diploma in Construction Site Management (Construction) Qualification Specification ProQual 2017 Contents Page Introduction 3 Qualification profile 3 Qualification structure 4 Centre requirements

More information

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR CSIR TENDER DOCUMENTATION Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR RFP No. 3127/21/07/2017 Date of Issue Friday,

More information

Template for ToR for Transaction Advisory Services

Template for ToR for Transaction Advisory Services Template for ToR for Transaction Advisory Services Addendum 1 Prepared by Genesis Analytics 4 December 2013 PPP TRANSACTION ADVISOR TERMS OF REFERENCE Terms of reference for transaction advisor services

More information

Achieve. Performance objectives

Achieve. Performance objectives Achieve Performance objectives Performance objectives are benchmarks of effective performance that describe the types of work activities students and affiliates will be involved in as trainee accountants.

More information

Questions and answers

Questions and answers The Engagement Gateway Pre qualification questionnaire Questions and answers Q1. At launch events, there were a specific number of participants mentioned at the three levels. Have these numbers changed?

More information

ARCHITECTURAL SERVICES TENDER

ARCHITECTURAL SERVICES TENDER ARCHITECTURAL SERVICES TENDER 14 HYBRID OFFICE/INDUSTRIAL UNITS At Plots 11 & 12, Cornwall Business Park (West) For JAD Developments (Redruth) Ltd 1 Introduction 1.1 Project Information Project Title:

More information

Forestry Training and Education Ireland Ltd

Forestry Training and Education Ireland Ltd Forestry Training and Education Ireland Ltd 1 Forestry Training and Education Ireland Ltd Invitation to Tender: Provision of Forestry Training, Assessment and Certification (Ref No :FTEI TENDER 07/10-001

More information

Sample Social Clauses to Encourage Community Benefits from Waste

Sample Social Clauses to Encourage Community Benefits from Waste Sample Social Clauses to Encourage Community Benefits from Waste What are social clauses and community benefits? 1 The UK Sustainable Development Strategy has set the challenge of making the UK an EU leader

More information

Level 6 NVQ Diploma in Construction Contracting Operations Management

Level 6 NVQ Diploma in Construction Contracting Operations Management Level 6 NVQ Diploma in Construction Contracting Operations Management Qualification Specification ProQual 2017 Contents Page Introduction 3 Qualification profile 3 Qualification structure 4 Centre requirements

More information

C O R P O R A T E G O V E R N A N C E S T A T E M E N T

C O R P O R A T E G O V E R N A N C E S T A T E M E N T ACN 066 153 982 2 0 1 7 C O R P O R A T E G O V E R N A N C E S T A T E M E N T C O R P O R A T E G O V E R N A N C E S T A T E M E N T The Board and management of Collaborate Corporation Limited (Collaborate

More information

INSTRUCTIONS DOCUMENT

INSTRUCTIONS DOCUMENT INSTRUCTIONS DOCUMENT FOR APPLICATIONS FOR ADMISSION TO A DYNAMIC PURCHASING SYSTEM (DPS) FOR PLANT HIRE FOR LOCAL AUTHORITIES and the OFFICE OF PUBLIC WORKS (OPW) COMPETITION REFERENCE: INITIAL CLOSING

More information

PUBLIC CONSULTATION Proposed Revisions to the Belgian Code on Corporate Governance

PUBLIC CONSULTATION Proposed Revisions to the Belgian Code on Corporate Governance PUBLIC CONSULTATION Proposed Revisions to the Belgian Code on Corporate Governance Appendix C Summary of Changes from 2009 Belgian Code on Corporate Governance THE STRUCTURE OF THE 2009 CODE AND THE PROPOSED

More information

Guide - Alternative Procurement - Unsolicited Proposals

Guide - Alternative Procurement - Unsolicited Proposals 1 Introduction 1.1 The Guidelines Good ideas are not the preserve of the public sector. AT welcomes unique, innovative and opportune proposals from business and individuals that support its vision and

More information

Invitation to Tender. Implementation of Microsoft Dynamics CRM for D2N2 Growth Hub

Invitation to Tender. Implementation of Microsoft Dynamics CRM for D2N2 Growth Hub Invitation to Tender Implementation of Microsoft Dynamics CRM for D2N2 Growth Hub 1. Purpose and Aims of the Contract East Midlands Chamber (EMC) is seeking proposals for a new implementation of Microsoft

More information

Cabinet Resources Committee Date 25 February 2013

Cabinet Resources Committee Date 25 February 2013 Meeting Cabinet Resources Committee Date 25 February 2013 Subject Report of Summary Construction Contracts for Secondary School Expansions Deputy Leader of the Council / Cabinet Member for Resources and

More information

Construction Industry Training Board (CITB)

Construction Industry Training Board (CITB) Construction Industry Training Board (CITB) Invitation to Tender Education and Training Funding for Construction Industry Related Apprenticeship Provision For England This is being procured under the Dynamic

More information

ECMWF Copernicus Procurement

ECMWF Copernicus Procurement ECMWF Copernicus Procurement Invitation to Tender Copernicus Programme Provision of audit services to ECMWF for Copernicus contracts Volume I: Instructions for respondents and Conditions of tender Ref:

More information

Effective Date: January, 2007 Last Reviewed Date: September, 2016 Last Revised Date: October, 2016 Next Review Date: April 2018

Effective Date: January, 2007 Last Reviewed Date: September, 2016 Last Revised Date: October, 2016 Next Review Date: April 2018 Section: Finance and Administration Number: 12.20.PP.v7 Subject: Goods and Services Procurement (including consulting services) Policy and Procedure Associated Document Form Number: 12.20.F Effective Date:

More information

PROCUREMENT POLICY. Director of Finance Head of Financial Services. The Intranet version of this document is the only version that is maintained.

PROCUREMENT POLICY. Director of Finance Head of Financial Services. The Intranet version of this document is the only version that is maintained. PROCUREMENT POLICY Document Summary To ensure the Trust s approach to Purchasing, Supply and Distribution provides the maximum benefit in both cost and service to the Trust. DOCUMENT NUMBER POL/002/043

More information

FIJI ISLANDS PUBLIC PRIVATE PARTNERSHIPS ACT 2006 ARRANGEMENT OF SECTIONS PART 1 - PRELIMINARY PART 2 - AUTHORISATION AND IMPLEMENTATION REGULATIONS

FIJI ISLANDS PUBLIC PRIVATE PARTNERSHIPS ACT 2006 ARRANGEMENT OF SECTIONS PART 1 - PRELIMINARY PART 2 - AUTHORISATION AND IMPLEMENTATION REGULATIONS 1. Short title and commencement 2. Interpretation 3. Act binds Government 4. Purposes FIJI ISLANDS PUBLIC PRIVATE PARTNERSHIPS ACT 2006 ARRANGEMENT OF SECTIONS PART 1 - PRELIMINARY PART 2 - AUTHORISATION

More information

The Gym Group plc. (the Company ) Audit and Risk Committee - Terms of Reference. Adopted by the board on 14 October 2015 (conditional on Admission)

The Gym Group plc. (the Company ) Audit and Risk Committee - Terms of Reference. Adopted by the board on 14 October 2015 (conditional on Admission) The Gym Group plc (the Company ) Audit and Risk Committee - Terms of Reference Adopted by the board on 14 October 2015 (conditional on Admission) 1. BACKGROUND The board of directors of the Company (the

More information

45. Feedlot construction delivery

45. Feedlot construction delivery Client Des i gn/ Builder Design Consultant Construction Sub-contractors and suppliers FEEDLOT DESIGN AND CONSTRUCTION 45. Feedlot construction delivery AUTHORS: Rod Davis and Ross Stafford Introduction

More information

CAN DO the. toolkit 2. RESOURCE 1: Can Do Toolkit 2. Funded by. MerthyrValleys. Quality Living Striving for Excellence Working Together

CAN DO the. toolkit 2. RESOURCE 1: Can Do Toolkit 2. Funded by. MerthyrValleys. Quality Living Striving for Excellence Working Together SMEfriendly procurement CAN DO the toolkit 2 Funded by MerthyrValleys H O M E S Quality Living Striving for Excellence Working Together RESOURCE 1: Can Do Toolkit 2 IMPORTANT: All three resources that

More information

Memorandum of understanding between the Competition and Markets Authority and NHS Improvement

Memorandum of understanding between the Competition and Markets Authority and NHS Improvement 1 April 2016 Memorandum of understanding between the Competition and Markets Authority and NHS Improvement Contents Page Foreword... 2 Summary points of the MoU... 3 Memorandum of understanding between

More information

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 Submission Time: Submission Location: 2:00 p.m. (local time) on December 22, 2010 Partnerships

More information

Board and Committee Charters. The Gruden Group Limited

Board and Committee Charters. The Gruden Group Limited Board and Committee Charters The Gruden Group Limited The Gruden Group Limited (Gruden) ABN 56 125 943 240 Approved by the Board on 26 May 2016 Board Charter In carrying out the responsibilities and powers

More information

COMMUNITY LIVING BRANT POLICY AND PROCEDURE MANUAL

COMMUNITY LIVING BRANT POLICY AND PROCEDURE MANUAL PAGE 1 of 7 FILE UNDER SECTION: 4 EFFECTIVE DATE: January 2012 REVISION DATE: APPROVAL DATE: January 2012 POLICY: This Policy includes the requirements that are set out in the Broader Public Sector (BPS)

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

TECHNICAL RELEASE TECH 05/14BL. Data Protection Handling information provided by clients

TECHNICAL RELEASE TECH 05/14BL. Data Protection Handling information provided by clients TECHNICAL RELEASE TECH 05/14BL Data Protection Handling information provided by clients ABOUT ICAEW ICAEW is a world leading professional membership organisation that promotes, develops and supports over

More information

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE Issue Date: 12-08-07 Instructions to Tenderers Page 1 of 9 1. INTRODUCTION 1.1 Overview of BRL Ballymun

More information

Procurement Standard. For further information contact

Procurement Standard.  For further information contact Procurement Standard www.metrotrains.com.au/doing-business-with-metro For further information contact procurement@metrotrains.com.au Table of Contents 1. Introduction... 2 1.1 About Metro... 2 2. Procurement

More information

Public Procurement Guidelines for LEADER Funding Applicants

Public Procurement Guidelines for LEADER Funding Applicants Public Procurement Guidelines for LEADER Funding Applicants Disclaimer: This Guidance Note is issued without liability and is for general information purposes only. County Wicklow Partnership accept no

More information

Parliamentary Procurement Rules

Parliamentary Procurement Rules Parliamentary Procurement Rules Document Revision History and Key Facts Version Issue date Policy owner Date of next review Comments/ brief description of main changes in this revision 001 01/01/15 PPCS

More information

EYNSFORD PARISH COUNCIL

EYNSFORD PARISH COUNCIL EYNSFORD PARISH COUNCIL FINANCIAL REGULATIONS These Financial Regulations were adopted by the Council at its Meeting held on 20 September 2007, last amended on 20 th July 2017. 1. GENERAL 1.1 These financial

More information

Level 7 NVQ Diploma in Construction Senior Management. Qualification Specification

Level 7 NVQ Diploma in Construction Senior Management. Qualification Specification Qualification Specification ProQual 2017 Contents Page Introduction 3 Qualification profile 3 Qualification Structure 4 Centre requirements 6 Support for candidates 6 Links to National Standards / NOS

More information

Level 7 NVQ Diploma in Construction Senior Management. Qualification Specification

Level 7 NVQ Diploma in Construction Senior Management. Qualification Specification Qualification Specification ProQual 2017 Contents Page Introduction 3 Qualification profile 3 Qualification Structure 4 Centre requirements 6 Support for candidates 6 Links to National Standards / NOS

More information

Level 7 NVQ Diploma in Construction Site Management. Qualification Specification

Level 7 NVQ Diploma in Construction Site Management. Qualification Specification Level 7 NVQ Diploma in Construction Site Management Qualification Specification ProQual 2016 Contents Page Introduction 3 Qualification profile 3 Qualification Structure 4 Centre requirements 6 Support

More information

CIVIL and STRUCTURAL ENGINEERING PROFESSIONAL SERVICES NWCE- 8VTDJX. with the option to extend for up to a further 24 months. USER GUIDE Version 2

CIVIL and STRUCTURAL ENGINEERING PROFESSIONAL SERVICES NWCE- 8VTDJX. with the option to extend for up to a further 24 months. USER GUIDE Version 2 CIVIL and STRUCTURAL ENGINEERING PROFESSIONAL SERVICES NWCE- 8VTDJX 2 nd September 2013 1 st September 2015 with the option to extend for up to a further 24 months USER GUIDE Version 2 SEPTEMBER 2013 1

More information

ANNEXURE A SCOPE OF WORK FOR PROFESSIONAL SERVICES: RESTORATION OF NON PAREILLE BUILDINGS. Principal Agent and Professional Architectural Services

ANNEXURE A SCOPE OF WORK FOR PROFESSIONAL SERVICES: RESTORATION OF NON PAREILLE BUILDINGS. Principal Agent and Professional Architectural Services T: +27 21 462 4502 F: +27 21 462 4509 E: info@sahra.org.za South African Heritage Resources Agency - Head Office 111 Harrington Street Cape Town P.O. Box 4637 Cape Town 8001 ANNEXURE A SCOPE OF WORK FOR

More information

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services EXPRESSION OF INTEREST (EOI) LONG FORM Construction Contract Administration Services Generic Document for Request for Proposal (RFP) Assignments Ministry of Transportation of Ontario (MTO) December 2016

More information

CICM Professional Qualifications. Money & Debt Advice Syllabus

CICM Professional Qualifications. Money & Debt Advice Syllabus CICM Professional Qualifications Money & Debt Advice Syllabus Chartered Institute of Credit Management 2015 12.11.2015 All rights reserved; no part of this publication may be reproduced, stored in a retrieval

More information

Public Procurement Act

Public Procurement Act Public Procurement Act CHAPTER 12 OF THE ACTS OF 2011 as amended by 2014, c. 34, ss. 35-38 2016 Her Majesty the Queen in right of the Province of Nova Scotia Published by Authority of the Speaker of the

More information

Notes for completion of Pre-Qualification Questionnaire (P.Q.Q)

Notes for completion of Pre-Qualification Questionnaire (P.Q.Q) Notes for completion of Pre-Qualification Questionnaire (P.Q.Q) This competition is being managed and administered by RIBA Competitions on behalf of London School of Economics & Political Science. Any

More information

invitation for EXPRESSIONS OF INTEREST

invitation for EXPRESSIONS OF INTEREST Gold Coast, Queensland, Australia Australia QLD Gold Coast invitation for EXPRESSIONS OF INTEREST Important Notice Interpretation and application: Capitalised terms used in this EOI Invitation are defined

More information

POLICY DOCUMENT. Contracts Management Policy (Version 3.0) BM>SMC>Board

POLICY DOCUMENT. Contracts Management Policy (Version 3.0) BM>SMC>Board POLICY DOCUMENT Contracts Management Policy 2018 (Version 3.0) BM>SMC>Board Policy Review Schedule Date first Approved: Last Approved by the Board: January 2017 Date of Next Review: January 2018 Policy

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

CIVIL AND STRUCTURAL ENGINEERING SERVICES TENDER

CIVIL AND STRUCTURAL ENGINEERING SERVICES TENDER CIVIL AND STRUCTURAL ENGINEERING SERVICES TENDER 14 HYBRID OFFICE/INDUSTRIAL UNITS At Plots 11 & 12,Cornwall Business Park (West) For JAD Developments (Redruth) Ltd 1 Introduction 1.1 Project Information

More information

Board Charter. 1.0 Purpose. 2.0 Functions and responsibilities

Board Charter. 1.0 Purpose. 2.0 Functions and responsibilities Board Charter 1.0 Purpose This Board Charter sets out the roles, responsibilities, composition, structure and approach of the Board the Company. The Board is responsible for the affairs and activities

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

EU PROJECT MANAGER (PART-TIME) ATLANTIC SOCIAL LAB (27 MONTH CONTRACT)

EU PROJECT MANAGER (PART-TIME) ATLANTIC SOCIAL LAB (27 MONTH CONTRACT) COMHAIRLE CATHRACH CHORCAÍ CORK CITY COUNCIL CANDIDATE INFORMATION BOOKLET Please Read Carefully EU PROJECT MANAGER (PART-TIME) ATLANTIC SOCIAL LAB (27 MONTH CONTRACT) DETAILS OF QUALIFICATIONS AND PARTICULARS

More information

Procurement Policy. Prepared By. Nick Ronan, Development Director. Date of Last Review November Date of Current Review March 2016

Procurement Policy. Prepared By. Nick Ronan, Development Director. Date of Last Review November Date of Current Review March 2016 Procurement Policy Prepared By Nick Ronan, Development Director Date of Last Review November 2012 Date of Current Review March 2016 Date of Next Review March 2019 Reviewed By Board 1. INTRODUCTION 1.1

More information

CDM Smith Code of Ethics

CDM Smith Code of Ethics CDM Smith Inc. and all of its subsidiaries are committed to ethical conduct in our business practices. Since the firm s founding in 1947, we have always upheld a policy to conduct all business in a lawful

More information