Professional Documents
Culture Documents
SQ Explanatory Document for Restricted Procedure Building Access Management System Replacement and Modernisation DN72162
SQ Explanatory Document for Restricted Procedure Building Access Management System Replacement and Modernisation DN72162
SELECTION QUESTIONNAIRE
EXPLANATORY DOCUMENT
1 Introduction
PART 2: SQ EVALUATION
7 Evaluation methodology
12 Confidentiality
13 Conflicts Of Interest
15 Publicity
21 Intellectual Property
1 Introduction
1.2 The SQ is an online questionnaire that Bidders must complete and submit to the
Authority via ProContract, the London Tenders Procurement Portal
www.londontenders.org (the “Procurement Portal”). Bidders are advised to read
this SQ Explanatory Document before completing and submitting their SQ response
to the Authority in accordance with the instructions below.
1.3 For the purpose of this SQ Explanatory Document, references to “Bidder” means
any party (including, where applicable, any member of a consortium) that expressed
interest in the FTS Contract Notice, and who applies to be selected to tender by
submitting their SQ response to the Authority by the relevant deadline.
● Unlimited scalability
The London Borough of Hackney operates its own in-house access control
engineering department, which will be responsible for reactive works & maintenance
of the new system. A reactive only (occasionally required) engineer callout facility is
also required as part of the tender.
2.4 The SQ is an online questionnaire that asks for financial and technical information
from you. The financial information which we are asking you to provide allows the
Authority to be satisfied that a Bidder has adequate financial and other resources
and will be in a position to continue to deliver the services throughout the contract
period. The technical information allows the Authority to assess whether a Bidder
has the relevant skills and experience to be capable of performing the proposed
contract to meet the Authority’s needs.
2.5 The Authority intends to review the SQ responses provided by Bidders and evaluate
those responses that comply with the requirements of this SQ Explanatory
Document using the selection stage criteria and weightings in the Selection
Evaluation Matrix set out in paragraph 6 below.
2.6 Following the evaluation exercise, the Authority will draw up a shortlist of Bidders
that will be invited to tender. The Invitation to Tender (ITT) will be issued to those
short-listed Bidders.
2.7 Following the submission of the ITT response, the Authority expects to undertake
an evaluation process to identify the most economically advantageous tender
(MEAT) to be put forward for consideration to be awarded the contract.
2.8 Bidders should note that prior to reaching a contract award decision, the Authority
will undertake due diligence on the highest scoring Bidder. This process is
explained in the ITT.
2.9 The Authority reserves the right to deselect a Bidder prior to any award of contract,
based on an assessment of the updated information. The Authority (acting
reasonably) reserves the right not to permit changes to consortium members that
play a significant role in delivering key contract requirements.
3.1 The procurement documents for the purposes of Regulation 53(1) of the Public
Contracts Regulations 2015 ("the Procurement Documents") can be accessed via
the Procurement Portal accessible at https://www.londontenders.org/ as set out in
the FTS Notice.
3.2 Bidders should note that the Procurement Documents are draft documents at this
stage, providing indicative information of the Authority's intended approach in the
procurement process and are for general information only. The Authority reserves
the right to vary, amend and update any aspects of the Procurement Documents
and final details and versions of the Procurement Documents will be confirmed to
3.3 The Authority reserves the right to restrict and control access to Procurement
Documents and information in order to protect the confidential nature of information
which the Authority makes available throughout the procurement procedure and
therefore some information may only be made available to Bidders shortlisted and
invited to the relevant tender stages of the procurement procedure.
4.1 The timetable below sets out the key dates in the Procurement Process:
Date Stage
13/06/2024 Dispatch of the Find A Tender Contract Notice by the
Authority.
ITT STAGE
29/07/2024 Issue ITT document to shortlisted Bidders
03/12/2024 to Mobilisation
28/02/2024
03/03/2025 Start on Site
4.2 The Authority reserves the right to vary and update this timetable at any time and
will notify the relevant Bidders if it decides to do so.
4.3 All SQ responses must be submitted electronically through the Procurement Portal:
www.londontenders.org by no later than 12 noon on the date stated in the
timetable at paragraph 4.1.
4.4 It is your responsibility to ensure that your SQ response is submitted prior to the
closing date/time. You should ensure that you leave enough time to complete and
submit your SQ response.
4.5 Any attached files must be clearly named with both your company name and the
subject matter of the data. The information must be completed in English.
5.1 All queries in relation to the selection stage of the Procurement Process, the SQ or
this SQ Explanatory Document must be made in writing and submitted using the
messaging function on the Procurement Portal to be received by the Authority no
later than 15/07/2024 @12:00hrs. Submit messages at the specific event level
rather than the project level. Queries will be answered within business hours.
5.2 The Authority intends to copy both the query raised and the Authority’s responses to
all Bidders except where in its opinion the response relates to information that is
commercially confidential.
5.3 Bidders should not approach any member of the Authority in relation to the
Procurement or the Procurement Process, other than by using the messaging
function on the Procurement Portal.
5.4 Any technical questions relating to the use of the Procurement Portal website
should be logged with the dedicated Bidder Support helpdesk. Remember to
include as much detail as possible, label your message as "Urgent" if it is time-
sensitive and include your telephone contact information if you need a ring-back.
This is only the technical support line and any SQ queries should be directed to the
relevant team running the contract through the messaging function of the
Procurement Portal. Queries will be answered within business hours.
PART 2: SQ EVALUATION
6.1 In completing their SQ submissions, Bidders should not assume that the Authority
has any prior knowledge of the Bidder, its practice, reputation or its involvement in
6.2 Notwithstanding paragraph 6.1 above, the Authority may take account of any prior
knowledge it has of the Bidder, its practice, reputation or its involvement in existing
services, projects or procurements to the extent that such knowledge indicates that
information contained in the Bidder’s SQ submission is false, misleading or
inaccurate.
6.3 The Authority will consider the information in Parts 1 and 2 of the SQ submission.
The Authority will exclude any Bidder who answers 'Yes' to the Exclusion Grounds
in Section 2 of the SQ and may exclude any Bidder who answers 'Yes' to the
Exclusion Grounds in Section 3 of the SQ. The decision to exclude Bidders in
relation to the Exclusion Grounds will be subject to evidence of self-cleaning being
provided by Bidders demonstrating the reliability of the Bidder despite the existence
of a relevant exclusion ground and the Authority considering such evidence to be
sufficient.
6.4 In relation to Part 3 of the SQ, the Authority will apply the criteria and weightings set
out in Appendix A to this SQ Explanatory Document and will evaluate the responses
in accordance with the methodology set out below.
6.5 The Authority proposes to invite the six Bidders with the highest scoring compliant
SQ submissions to the tender stage of the competition process.
7 Evaluation methodology
7.1 The evaluation methodology for each section of the SQ is set out in the table below.
7.2 The SQ includes some questions assessed on a pass/fail basis and some which are
scored. The Authority will apply the scoring scale at Appendix B in assessing the
responses to the scored Questions.
Section 7 - Modern You must confirm whether you are a relevant Pass/Fail
Slavery commercial organisation as defined by Section 54 of the
Modern Slavery Act 2015 in response to 7.1.
Pass:
● 7.1 N/A or No
● 7.1 ‘Yes’ and 7.2 ‘Yes’ with reporting link or
satisfactory explanation as to why this is not
available
Fail:
● 7.1 No response
● 7.1 ‘Yes’ and 7.2 ‘No’ or no response, without
satisfactory explanation
8.2 Where reasonably required by the Authority (as more particularly described in
paragraph 9.3 below), the successful Bidder may be required to provide a Parent
Company Guarantee or Performance Bond.
9 Confidentiality
9.1 Where information or documents are made available to Bidders as part of this
procurement process and are stated to be confidential ("the Confidential
Information") the Bidders shall at all times:
9.2 Bidders shall procure that, if it is a Consortium, each Consortium Member who
receives any of the Confidential Information is made aware of, and complies with,
the confidentiality obligations in this section.
9.3 Bidders may disclose, distribute or pass the Confidential Information to another
person (including, but not limited to, for example, employees, consultants, sub-
contractors or advisers, the Bidder's insurers or the Bidder's funders) if either:
● this is done for the sole purpose of drafting and submitting a SQ or tender
response in relation to this procurement process and the person receiving the
Confidential Information undertakes in writing to keep the Information
confidential on the same terms as set out in this ITT; or
● the Bidder obtains the prior written consent of the Authority in relation to such
disclosure, distribution or passing of the Information
9.5 The Procurement Process may also involve Bidders providing information which is
confidential or sensitive "Bidder's Confidential Information" to the Authority. The
Authority reserves the right to disseminate Bidder's Confidential Information to all
Bidders whether during the procurement process, at debrief stage or after the
Contract has been entered into.
9.6 The Authority will act reasonably as regards the protection of Bidder's Confidential
Information, subject to its duties under the Public Contracts Regulations 2015, the
Freedom of Information Act 2000 and the Environmental Information Regulations
2004 (see paragraph 20 below) and any other associated transparency duties.
10.1 The Authority is concerned to effectively prevent, identify, and remedy any conflicts
of interest arising in the conduct of procurement procedures so as to avoid any
distortion of competition and to ensure equal treatment of all competitors throughout
the procurement process.
10.2 Bidders are therefore advised to review carefully the prior or current involvement of
the Bidder with the Authority (including any staff member or service provider of the
Authority involved in the conduct of this procurement procedure) and to contact the
named contact in paragraph 5.1 of this SQ Explanatory Document prior to
submission of the completed SQ to discuss actual or potential conflicts they have
identified.
10.3 Bidders should note that the Authority reserves the right to disqualify Bidders in
accordance with Regulation 57(8)(e) of the Public Contracts Regulations 2015
where there is a conflict of interest which cannot be remedied to the Authority's
satisfaction or where Bidders fail to declare such conflicts.
10.4 Bidders should also note that the Authority may assume that a Bidder does not
possess the required professional abilities where the Authority has established that
the Bidder has conflicting interests which may negatively affect the performance of
the contract and the Authority reserves the right to take this into account in the
evaluation of SQ submissions received.
11.1 The Authority reserves the right to disqualify (without prejudice to any other civil
remedies available to it and without prejudice to any criminal liability which such
conduct by a Bidder or Consortium Member (as the case may be) may attract) any
Bidder or Consortium Member who (or its directors or any other person who has
powers of representation, decision or control of the Bidder or Consortium Member),
in connection with the SQ or the subsequent stages of this tender process:
11.2 Bidders will be required to complete and submit certificates of non-collusion and
non-canvassing at the ITT stage.
12 Publicity
13.2 The SQ Explanatory Document and the Procurement Documents have been
prepared by and on behalf of Authority for the purposes of:
13.3 Whilst prepared in good faith, the SQ Explanatory Document and Procurement
Documents are intended only to provide a background explanation of the
procurement process and are not intended to form the basis of any decision on
whether to enter into any contractual relationship with the Authority. The SQ and
Procurement Documents do not purport to be all-inclusive, to contain all of the
information that a potential Bidder may require or to have been independently
verified. The Procurement Documents should not be relied on as an investment
recommendation of the Procurement made by the Authority to the potential
contractor.
13.5 Only the express terms of any written contract relating to the Procurement Process
(as and when it is entered into) shall have any contractual effect in connection with
this procurement process. English law will govern any such contract.
13.6 The publication of the SQ, SQ Explanatory Document and Procurement Documents
in no way commits the Authority to award any contract to a Bidder. The Authority
reserves the right to vary or change all or any part of the procedures for the
procurement process at any time or not to proceed with the procurement.
13.7 For the purposes of the procurement, all Advisers referred to in this document are
acting exclusively as the advisers to the Authority and will not be responsible or owe
any duty of care to anyone other than the Authority.
14.1 The Authority is relying on the information provided by Bidders during the
procurement process (including but not limited to SQ submissions and tender
submissions). If, at any time during this procurement process there are any
material changes to that information, the Bidder must advise the Authority as soon
as practicable (even if this is prior to the submission of a tender submission). Upon
receipt of such information, the Authority shall be entitled to revisit the selection
and/or evaluation of the Bidder and exclude the Bidder if necessary, as a result of
that process.
15.2 All Bidders are solely responsible for their costs and expenses incurred in
connection with the preparation and submission of SQ responses and participation
in this and all future stages of this procurement. Under no circumstances will the
Authority be liable for any costs or expenses borne by Bidders or any of its supply
chain, partners or advisers in this procurement process. This is the case even
where the Authority abandons the procurement process before entering into the
contract.
15.4 The Authority reserves the right to provide information about the successful bid(s) to
unsuccessful Bidders as part of debriefing obligations arising in the conduct of the
competition in accordance with Regulation 55 and during the standstill period in
accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015
(including but not limited to the financial or price score of the successful Bid).
15.5 The Authority reserves the right to publish information on Contracts Finder in
accordance with Regulation 108 of the Public Contracts Regulations 2015 (when
applicable) and any relevant guidance concerning any contract awarded (including
but not limited to the value of any contract awarded).
16.1 The Authority will reject or disqualify a Bidder and/or any of its Consortium Members
at any time during the procurement procedure where a tender submission is
submitted late.
16.2 The Authority reserves the right to reject or disqualify a Bidder and/or any of its
Consortium Members at any time during the procurement procedure where:
16.4 The disqualification of a Bidder will not prejudice any other civil remedy available to
the Authority and will not prejudice any criminal liability that such conduct by a
Bidder may attract.
16.5 The Authority reserves the right to require Bidders at any moment during the
procurement procedure to submit all or any of the supporting documents (or to
supplement or clarify certificates received) where it is necessary to ensure the
proper conduct of the procurement procedure for the purposes of:
17.1 The Authority is subject to the requirements of the Freedom of Information Act 2000
(the "Act") and the Environmental Information Regulations 2004 ("EIR").
Accordingly, all information submitted to it may need to be disclosed by the
Authority in response to a request under either the Act or the EIR (a "Request").
17.2 In making any submission during this procurement process, each Bidder
acknowledges and accepts that information contained therein may be disclosed by
the Authority under the Act or EIR without consulting the Bidder, although the
Authority will endeavour to consult with the Bidder and consider its views before
doing so.
17.3 If Bidders consider that any information made available to the Authority is
commercially sensitive, they should identify it and explain (in broad terms) what
harm may result from disclosure, and the time period applicable to that sensitivity.
Even where information made available to the Authority is marked commercially
sensitive, the Authority shall be entitled (acting in its sole discretion) to disclose it
pursuant to a Request. Please also note that information marked "confidential" or
equivalent by Bidders does not bind the Authority to any duty of confidence by virtue
of that marking.
18 Intellectual Property
18.1 This SQ Explanatory Document (and all Procurement Documents) may not be
reproduced, copied or stored in any medium without the prior written consent of the
Authority except in relation to the preparation of a SQ submission or tender
submission.
* Bidders who ‘Fail’ Question 7.12.1 will not be considered for the ITT stage of this
tender.
SQ Responses will be assessed against the criteria detailed in the SQ. In evaluating the
potential supplier’s answers to scored questions the Authority will use the following matrix.
SCORING SCALE
Score Commentary
0 Very weak or no answer