Invitation to Tender (ITT):evaluaiton model v2 - ARCHIVE: Defra
Invitation to Tender (ITT):evaluaiton model v2 - ARCHIVE: Defra
Invitation to Tender (ITT):evaluaiton model v2 - ARCHIVE: Defra
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
Catering Services and<br />
Food Procurement Toolkit<br />
www.defra.gov.uk/farm/policy/sustain/procurement/<strong>to</strong>olkit<br />
TEMPLATE<br />
<strong>Invitation</strong> <strong>to</strong> <strong>Tender</strong> (<strong>ITT</strong>):<br />
Evaluation Model v.2.0
TENDER EVALUATION PACK<br />
[Insert Authority Logo]<br />
INVITATION TO TENDER EVALUATION PACK<br />
[Title]<br />
[Project Reference]<br />
[Date]<br />
Issued by: [Insert Name of Authority]
TENDER EVALUATION PACK<br />
CONTENTS<br />
A. INTRODUCTION<br />
B. SUPPLIER QUESTIONNAIRE WITH MARKING CRITERIA<br />
C. SUPPLIER QUESTIONNAIRE SCORING MATRIX (Excel spreadsheet)<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
A. INTRODUCTION<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
A. INTRODUCTION<br />
1.1 BACKGROUND<br />
This document is the Evaluation Model for the <strong>Invitation</strong> <strong>to</strong> <strong>Tender</strong> (<strong>ITT</strong>) issued <strong>to</strong><br />
suppliers identified by the bidders conference who are interested in providing<br />
Staff Restaurant Services at four Department for Environment, Food and Rural<br />
Affairs (DEFRA) sites.<br />
This procurement is by competitive tendering procedures. The deadline for<br />
receipt of <strong>ITT</strong> proposals (Date).<br />
The <strong>ITT</strong> was issued <strong>to</strong> X bidders as follows:<br />
The following suppliers have declined the invitation:<br />
• ???????????<br />
The evaluation team, see 1.4 of this section below, will be issued with a copy of<br />
the evaluation <strong>model</strong> containing a scoring sheet for each supplier on (Date). If<br />
there are any queries or questions regarding this <strong>model</strong>, please contact (the<br />
facilita<strong>to</strong>r) on:<br />
Direct Line: ???????????????<br />
Email: ?????????????????????<br />
1.2 CONTRACT AWARD CRITERIA<br />
The evaluation <strong>model</strong> included in this pack is based on a standard format<br />
recommended by Procurement and Contracts Division (PCD). It is the aim <strong>to</strong><br />
select the Most Economically Advantageous <strong>Tender</strong> (MEAT).<br />
1.3 EVALUATION PROCESS<br />
The <strong>ITT</strong> evaluation process comprises two main stages as follows :<br />
1.3.1 Technical/Quality evaluation<br />
• Suppliers will be scored and short listed for interview in accordance with the<br />
<strong>ITT</strong>. The members of the tender panel, identified in 1.4 below, will each score<br />
the technical/quality aspect of the bids submitted. Each member of the tender<br />
panel must submit their individual scores <strong>to</strong> (Name, time and date). Failure <strong>to</strong><br />
provide the scores could result in the cancellation of the evaluation meeting.<br />
The tender panel will meet <strong>to</strong> discuss their individual scores and arrive at a<br />
consensus team score after the evaluation meetings on (Date).<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
• A second stage of the technical/quality evaluation may be required and would<br />
involve Supplier interviews/tasting’s with the <strong>to</strong>p three bidders. These would<br />
be held, if required, after the evaluation panel have selected the three highest<br />
scoring candidates, that have passed the minimum threshold. The locations<br />
will be advised at a later date by the selected interviewees. The tasting panel<br />
shall be formed from the evaluation panel in 1.4 below. All members of the<br />
panel must be present at all interviews/tasting’s. Up <strong>to</strong> six questions, plus<br />
supplementary questions, specific <strong>to</strong> the activity will be asked at the<br />
Interview/tasting stage. Comments must be recorded and agreed by all panel<br />
members.<br />
• The information received through the interviews/tastings will be used <strong>to</strong><br />
increase/decrease the scores of the tenderers based on the evaluation panels<br />
confidence the contrac<strong>to</strong>r can successfully fulfil the requirements of the<br />
specification.<br />
• All individual panel scores and comments will be recorded on an excel<br />
spreadsheet.<br />
• The result of the pricing analysis will only be revealed once the<br />
technical/quality and interview/tasting analysis has been agreed by the<br />
valuation panel.<br />
• References - a minimum of three acceptable references are required for a<br />
pass and may be taken up.<br />
• If the final scores identify a difference of 1% or less then the evaluation panel,<br />
at their discretion, can select the least expensive offer.<br />
1.3.1.1 Weightings<br />
To ensure the relative importance of the categories of services are correctly<br />
reflected in the overall scores, a weighting system has been applied <strong>to</strong> each part,<br />
as detailed in Section C of this document. The tender will be evaluated using the<br />
self/spreadsheet evaluation, questionnaire and price submissions.<br />
Self/spreadsheet Evaluation 40%<br />
Questionnaire (Technical) 40%<br />
Price Evaluation 20%<br />
References<br />
Pass/Fail<br />
Each question will be weighted dependent on its importance in the overall<br />
evaluation of the technical/quality evaluation. There are three ranges as follows:<br />
10 – Minor Importance<br />
20 – Average Importance<br />
30 – Major Importance<br />
A supplier must achieve at least a 50% threshold level of the <strong>to</strong>tal available<br />
combined score for the Self/spreadsheet Evaluation and Questionnaire<br />
(Technical), i.e. the Authority’s minimum requirements, <strong>to</strong> be considered in the<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
<strong>to</strong>p 3, as a consequence their bids will be assessed financially. Suppliers who fail<br />
the Threshold level are eliminated from price calculations with the mean<br />
calculated from remaining suppliers.<br />
1.3.1.2 Scoring<br />
Supplier Questionnaire Marking Guidance Notes<br />
• Submissions must be in numeric order <strong>to</strong> match Supplier Questionnaire.<br />
• Publicity brochures should not be accepted as providing answers <strong>to</strong><br />
questions.<br />
• Marking criteria is shown in red italics of Section B of this pack.<br />
• All questions should be answered, reference <strong>to</strong> earlier answers has been<br />
discouraged.<br />
• Mark the submission only, avoid being influenced by reputation.<br />
• Aim <strong>to</strong> mark at extremes where possible i.e.: avoid abundance of average<br />
marks.<br />
• Continually review marks after initial assessment.<br />
• Provide comments on the scoring sheets where appropriate and raise at Final<br />
Review Meeting.<br />
• All comments recorded on the scoring sheets will be permanently filed.<br />
• Markers should not attempt <strong>to</strong> multiply or extend their scoring, this will be<br />
done at the review meeting by the final evaluation panel.<br />
• The evaluation criteria should not be shared with the supply base.<br />
Each evalua<strong>to</strong>r must independently read and assess the information provided.<br />
Responses <strong>to</strong> each question must be scored as follows:<br />
Score 0<br />
Score 1<br />
Score 2<br />
Score 3<br />
Score 4<br />
Complete failure <strong>to</strong> grasp/reflect the core issue<br />
Reflects limited understanding misses some aspects<br />
Reflects adequate understanding of all issues and aspects<br />
Good understanding and interpretation of requirements<br />
Excellent understanding and interpretation. Innovative and proactive<br />
with sound strategy<br />
1.3.2 Pricing Analysis<br />
The Authority’s in-house accountant, will analyse all financial responses submitted<br />
for Section 4, Section C and of Section 7 Annex A (of the <strong>ITT</strong>) and produce a<br />
report detailing the assessment and create a spreadsheet summarising the costs.<br />
The Treasury Model for scoring a price bid is normally adopted, however with<br />
Catering Contracts it might be more appropriate <strong>to</strong> modify the <strong>model</strong> <strong>to</strong> account for<br />
their areas of difference with standard costed agreements. Further advice will be<br />
sort from the Authority’s in-house accounting department.<br />
PRICE EVALUATION<br />
The price element of the tender will be scored as follows :<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
1) Calculate the mean price of the tendering suppliers.<br />
Eg Sum of Three Year Prices<br />
Nr of Three Year Prices<br />
2) Calculate the % difference between the actual price and mean.<br />
Eg Three Year Price – Mean Price x 100<br />
Mean Price<br />
3) The mean is given the value of 50.<br />
a) One point is deducted from the score of each tenderer for each percentage point above the<br />
mean.<br />
b) One point is added <strong>to</strong> the score of each tender for each percentage point below the mean.<br />
Eg % Difference x –1 (Round <strong>to</strong> nearest whole number) + Mean Value (50)<br />
4) Multiply price score by the agreed weighting for price.<br />
Eg Points Score x 25%<br />
1.4 <strong>Tender</strong> Panel<br />
The tender panel comprises of the following individuals:<br />
• ???? ????? (Division, Facilita<strong>to</strong>r) (Usually the person responsible for the tender process<br />
• ????? ??? (Division, scorer) (Usually from the Department managing the contract)<br />
• ?? ???? (Division, scorer) (Usually from the Department managing the contract)<br />
• ????? ???? (Division, scorer) (Usually from the Department managing the contract)<br />
• ???? ???? (User Rep) (Can be the site(s)union representative(s) )<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
C. SUPPLIER QUESTIONNAIRE<br />
WITH MARKING CRITERIA<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
<strong>ITT</strong> TENDER QUESTIONNAIRE<br />
The evaluation of the <strong>ITT</strong> Questionnaire will be the basis for selecting the short list of potential<br />
contrac<strong>to</strong>rs if this is required [<strong>to</strong> be interviewed]. Each question is allocated points based on<br />
its relevance for this Contract. Each respondent should submit all the information requested<br />
in the order presented. Failure <strong>to</strong> do so may result in their <strong>to</strong>tal score failing <strong>to</strong> reach the<br />
initial threshold and therefore subsequent elimination.<br />
All information supplied will be treated as Strictly Private and Confidential. The information<br />
will be reviewed by the Evaluation Panel only and will not be divulged <strong>to</strong> other parties during<br />
the de-briefing stage, or at any other time.<br />
SECTION 4: SUPPLIER SPECIFICATION<br />
PROJECT REF:<br />
Please provide details of your organisation’s Employers and Public Liability Insurance;<br />
Professional Indemnity Insurance cover and Professional Indemnity Insurance cover for<br />
sub-contrac<strong>to</strong>rs. This general section will be assessed, it will not be weighted and scored.<br />
Each certificate must contain the following:<br />
Name and, Address of Contrac<strong>to</strong>r, Name of Insurance co, validity period / expiry date, and the<br />
liability levels.<br />
SECTION A: CONTACT INFORMATION PASS FAIL<br />
SECTION B: INSURANCE INFORMATION PASS FAIL<br />
SECTION C: Service Delivery<br />
1. UNDERSTANDING<br />
Please demonstrate clearly your understanding of The Provision of Staff Restaurant Services at the<br />
site(s) as detailed in Section 3 and how that relates <strong>to</strong> the delivery of Government policy in general and of<br />
the Public Sec<strong>to</strong>r Food Procurement policy in particular, and more specifically demonstrate that you have<br />
a clear understanding of the work required for which you are bidding. i.e. What do you see that you are<br />
being asked <strong>to</strong> do?<br />
The tenderer must demonstrate that they have unders<strong>to</strong>od the objectives of the PSFPI in the<br />
promotion of:<br />
The five key objectives<br />
1. Raise production and process standards<br />
2. Increase tenders from small and local producers<br />
3. Increase consumption of healthy and nutritious food and promote food hygiene<br />
4. Reduce adverse environmental impacts of production and supply<br />
5. Increase capacity of small and local suppliers <strong>to</strong> meet demand<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
2. SUITABILITY<br />
Please explain why you believe your organisation or consortium is suitable for undertaking the work. (NB:<br />
A simple “Because we are good” answer will not suffice), also please describe how you would ensure that<br />
key dates or deliverables will be met and indicate whether (in your opinion) the timescales can be<br />
achieved.<br />
The tenderer should give a background of experience they have in similar environments<br />
and how they intend <strong>to</strong> meet the objectives of mobilisation. The mobilisation should be detailed<br />
and achievable, taking account of issues surrounding the recruitment and transferring of staff<br />
(TUPE)<br />
3. FOOD ASSURANCE SCHEMES<br />
Please provide an outline proposal of how you would increase the provision of food products that are<br />
accredited by a UK or equivalent assurance scheme and/ or support schemes such as Fair Trade.<br />
The tenderer needs show that they understand the need <strong>to</strong> utilise ingredients which are<br />
from recognised assurance schemes and there plan of increasing usage. A list of current<br />
schemes alone will not give a high mark. However, mention of such schemes as the Red Trac<strong>to</strong>r<br />
or Soil Association in the correct context should attract a higher mark.<br />
4. SUPPORTING THE LOCAL ECONOMY<br />
It is the aim of the Authority <strong>to</strong> promote the use of locally grown produce including organic products.<br />
Please advise how you propose <strong>to</strong> implement a process of local sourcing using SMEs.<br />
There should be clear evidence of implementing processes which will encourage localproducers<br />
and SMEs in general <strong>to</strong> be part of the supply chain in providing the services <strong>to</strong> <strong>Defra</strong>.<br />
5. HEALTHY EATING<br />
It is a requirement of this agreement <strong>to</strong> provide and promote Healthy eating. Please describe how you<br />
would propose <strong>to</strong> assist the Authority in promoting and encouraging their staff <strong>to</strong> select a healthier diet<br />
and the consumption of food which benefits health. We expect use of organically grown produce <strong>to</strong><br />
feature in your answer.<br />
Clear reference shall be made <strong>to</strong> what methods shall be used <strong>to</strong> promote the healthy eating<br />
culture <strong>to</strong> develop at the catering facilities. Higher marks should be allocated where processes for<br />
highlighting healthy eating aspects are apparent such as traffic light, 5-a-day, drink 2 litres a-day<br />
etc. Aggressive innovative promotional/advertising programmes will also attract higher marks.<br />
6. SUPPORTING A SUSTAINABLE ENVIRONMENT<br />
Please outline your mechanisms for ensuring that the processes in place are sustainable and designed <strong>to</strong><br />
reduce any environmental impact. Please concentrate your response on methods employed <strong>to</strong> minimise<br />
wastage and reduce energy consumption (e.g. minimising the number of deliveries of goods <strong>to</strong> the staff<br />
restaurant).<br />
Clear reference how they will implement processes <strong>to</strong> improve the sustainable issues<br />
such reusable packaging, the use of environmentally friendly cleaning materials, collection of<br />
waste materials/packaging etc.<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
7. WORKING RELATIONSHIPS<br />
Please outline how your organisation ensures that their staff and suppliers are satisfied with their working<br />
relationship and environment. Please detail the mechanisms in place <strong>to</strong> resolve difficulties/ issues that<br />
arise<br />
There is a need <strong>to</strong> document how the tenderer keeps their staff informed of current<br />
issues. If there is a process which encourages staff participation within the operation<br />
this should attract a higher mark<br />
8. PAYMENT<br />
What methods of payment can you devise <strong>to</strong> speed up the process of paying for refreshments?<br />
<strong>Defra</strong> wishes <strong>to</strong> simplify and streamline payment methods. A clear indication giving examples<br />
that the tenderer has methods and ideas currently in process of simpler payment methods<br />
i.e. acceptance of purchasing card <strong>to</strong> pay for hospitality, non cash cus<strong>to</strong>mer systems, etc<br />
9. REFERENCES<br />
Please provide details of 3 catering facilities that are currently managed by your organisation and whose<br />
requirements are similar <strong>to</strong> those required under this tender.<br />
The caterer shall have supplied three references. No marks will be allocated.<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
D. SUPPLIER QUESTIONNAIRE SCORING MATRIX<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
SECTION C - SCORING MATRIX<br />
SUPPLIER : EVALUATOR:<br />
Date: ______________<br />
PASS FAIL COMMENTS<br />
PART A: ORGANISATION INFORMATION<br />
(check that this section has been completed)<br />
PART B: MANDATORY INFORMATION<br />
REQUIREMENTS<br />
(check that documents requested have been supplied)<br />
PART C: FINANCIAL INFORMATION<br />
(<strong>to</strong> be completed by PCD)<br />
OVERALL PASS/FAIL<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
Question<br />
Weighting<br />
Score<br />
Comments<br />
1. UNDERSTANDING<br />
30<br />
2. SUITABILITY<br />
10<br />
3. FOOD ASSURANCE<br />
SCHEMES<br />
20<br />
4. SUPPORTING THE<br />
LOCAL ECONOMY<br />
20<br />
5. HEALTHY EATING 30<br />
6. SUPORTING THE<br />
ENVIRONMENT<br />
20<br />
7. WORKING<br />
ENVIRONMENT<br />
10<br />
8. PAYMENT 10<br />
9. REFERENCES<br />
(enter Yes if included)<br />
N/A<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0
TENDER EVALUATION PACK<br />
<strong>ITT</strong> Eval<strong>model</strong> Nonojec Version 2.0