invitation to tender Contract for the APpOINTMENT OF TRANSPORT

advertisement
INVITATION TO TENDER
CONTRACT
FOR
THE
APPOINTMENT
OF
TRANSPORT/DELIVERY
PARTNER FOR INTERFACE CAGES AND TRAILERS
Reference Number: FFA1
Customer: The Irish Football Association
1. INSTRUCTIONS TO TENDERERS
The Irish Football Association invites you to tender for the above contract.
Completed tenders should be returned to Cherie White, 20 Windsor Avenue,
Belfast, BT9 6EG by 3pm on Tuesday, 1st October 2013. Late tenders will not be
accepted.
The Irish Football Association is not obliged to accept the lowest or any tender.
The project will be subject to receipt of funding from DCAL.
2. INTRODUCTION & BACKGROUND
The Irish Football Association (IFA) was formed in 1880 and is the governing
body for football in Northern Ireland, working to develop all strands of our game –
International, Domestic and grassroots football.
The IFA’s mission statement is to ‘develop, foster and promote football for all in
Northern Ireland’.
The IFA has almost 1000 clubs, 900 boys teams, 300 schools teams and 50
women’s teams.
The Association’s has identified 6 long term strategic objectives to:
- Qualify for a major tournament
- Deliver the new national stadium and improve other facilities
- Foster a balanced, flourishing senior domestic game
1
- Create a healthy domestic game at all other levels, i.e. intermediate, junior,
women’s, boys, schools
- Build a culture of lifelong participation in football
- Reach beyond the game – use the power of football for health, education and
social development
The ‘Tackling Poverty’ project will include a number of programmes to help
achieve the intended impact in socially excluded and areas of deprivation across
Northern Ireland. These strategic programmes include:
- Health Awareness and Training Programme
- Schools Enterprise Programme
- Club and Community Development Programme
- Disability Football Development Programme
- ‘Football for All’ Programme
- Small Sided Games Programme
- Good Relations and Coach Education Programme
Through public funds from the Department of Culture, Arts & Leisure (DCAL), the
IFA has the opportunity to develop an interface cage football project which will
run up until 31 March 2015 subject to funding. This will include the use of
portable football cages to be used in interface areas around Northern Ireland, to
use football as a hook to promote good relations, and distract from possible
involvement in disorder or antisocial behaviour.
The IFA is looking for a competent supplier to provide transport/delivery,
construction and disassembly of the cages at required locations across Northern
Ireland. The cages are simple in design and are easy to construct and dissemble
however full training will be provided. The transport/delivery partner would be
supporting the project facilitators who will be responsible for running the activity
on site.
3. CANVASSING
Any tenderer who directly or indirectly canvasses any member of the Board of
the IFA or any officer or employee of the IFA or who directly or indirectly obtains
2
or attempts to obtain information from such person concerning this tender will be
disqualified.
4. MANDATORY REQUIREMENTS / MINIMUM STANDARDS
Tenderers must meet the following mandatory requirements, and/or minimum
standards. A contractor will be selected based on the following criteria:

must be prepared to transport 1 or more cages to required locations at
required times (there are 4 cages in total).

must have suitable vehicle/s to complete the required movement.

must have full NI Driving License suitable for towing a box trailer.

must have Commercial Insurance for towing trailers.

must have experience and expertise in manoeuvring trailers.

must be flexible to provide services outside of normal working hours –
particularly during evenings and weekends.

must provide appropriate number plates based on the vehicles used to
transport the trailers.

must facilitate the construction and take down of the cages at the
required location, with the support of the facilitators.

must have facility to safely and securely store 1 cage and trailer, for use
at short notice or when access to IFA stores is not feasible.

Ability to commence work on mobilization of contract and continue with
contract up until 31st March 2015.
Tenderers Response - Tenderers must describe below how they will meet each
mandatory requirement/minimum standard. Failure to meet a mandatory
requirement / minimum standard will result in elimination from the competition.
Your response must not exceed 2 A4 pages.
3
5. EVALUATION CRITERIA
Tenderers who met the mandatory requirements / minimum standards will be
assessed against the following evaluation criteria. Tenderers must complete the
price schedule.
Evaluation Criteria
Price (Please complete the price schedule)
Marks Available
70%
Suitability of supplier based on tender response to
mandatory requirements
30%
6. SPECIFICATION
Contract Management and Payment Arrangements
On awarding of the tender, the winning company will be issued with a contract
for the work, which should be signed and returned. Costs must be set out per
service, including transport, set up, take down and return. The partner can claim
mileage at a rate of £0.30 per mile for work completed. The winning company
should supply an invoice each month based on services provided.
Payment will be made within 30 days of receipt of a valid VAT invoice.
If
successful, BACs details will need to be provided and a purchase order quoted
on the invoice.
Full terms and conditions will be made available to the
successful application.
Mobilisation of Contract
The closing date for tender is Tuesday 1st October, 2013. The contract should be
mobilized for the winning contractor one week from this date. The
transport/delivery partner must be ready to commence work on mobilization of
this contract.
4
7. PRICE SCHEDULE
Please offer full price breakdown per service, bearing in mind that the cages will
be used across Northern Ireland.
Description of Item (To be Description of Item
completed by customer)
being offered. (To be
competed by tenderer)
Cost per service for
transport and assembly of
Interface Football Cages
to
specified
venues
across Northern Ireland
(Mileage can be claimed
per service at a rate of
30p per mile for work
completed)
Total Cost (excl VAT)
5
Price (excluding VAT)
8. FORM OF TENDER
CONTRACT
FOR
THE
APPOINTMENT
OF
TRANSPORT/DELIVERY
PARTNER FOR INTERFACE CAGES AND TRAILERS
1.
I/We the undersigned hereby tender for this contract in accordance with the
Supplies or Services Terms and Conditions of Contract and specification
at the prices quoted in the pricing schedule.
2.
I/We agree that the tender together with your written acceptance thereof
shall constitute a binding contract between us and the customer.
3.
I/We certify this is a bona fide tender intended to be competitive.
4.
For the purposes of Articles 64-66 of the Fair Employment and Treatment
(Northern Ireland) Order 1998, an unqualified person is a person on whom
a notice has been served under Article 62(2) or Article 63(1) of the Order
and which has not been cancelled.
5.
I/We hereby declare that I am/we are not unqualified for the purposes of the
Fair Employment and Treatment (Northern Ireland) Order 1998.
6.
I/We understand that the Customer does not bind itself to accept the lowest
or any tender submitted in response to this enquiry and may accept the
whole or part of any tender.
7.
I am/We are exempt from VAT under the terms of the Value Added Tax Act
1994.
8.
If not exempt my VAT Registration No is - _____________________
9.
Please delete the following statements as appropriate.
1. I/We confirm that there is not a conflict or perceived conflict of interest in
relation to the personnel or type of work involved in this contract;
or
2. I/We wish to advise that there is a possible conflict, or perceived conflict
of interest, in relation to personnel and their involvement in this contract
for the following reasons. (Please explain what the possible conflict or
perceived conflict of interest may be and who it relates to and how it
could have an adverse effect on this contract.)
_________________________________________________________
_________________________________________________________
_________________________________________________________
_________________________________________________________
6
Signed by:
Duly
authorised to
sign for and
on behalf of:
Date
Optional:
Please indicate what category of supplier you fit into:
Organisation Size/Number of Employees
Micro
Small
Medium
Large
(1 to 9 staff)
(10 to 49 staff)
(50 to 249 staff)
(250 or more staff)
What is your post code?
Which council area are
you/your company
based in?
7
PRICE ASSESSMENT CRITERIA
Assessing Price
The tenders will be marked by price (70%) and non price criteria (30% as set out in
Annex C Section 3). Then tenderer with the cheapest price will be awarded the full
marks available for the price criterion. This will be 70% as non price criteria are also
being used. The price marks for the other tenderers will be awarded on a pro-rata
basis using the following formula:
Lowest Tendered Price per service / Tenderer’s Price per service x 70 for cost
and non cost evaluation
Assessing Non-Price Criteria
Indicator: Suitability of supplier based on tender 30%
response to mandatory requirements
Excellent proposal to address criterion
5
Good proposal to address criterion
4
Acceptable proposal to address criterion
3
Limited proposal to address the criterion.
2
Poor proposal to address the criterion.
1
Failed to address the criterion.
The marks for the price and non-price criteria will be totalled and the contract awarded
to
the
tenderer
whose
tender
achieved
8
the
highest
overall
score
TENDER RETURN LABEL
DO NOT OPEN UNTIL TUESDAY
1ST OCTOBER 2013
Tender return to be opened by an independent person
FAO:
9
Cherie White
20 Windsor Avenue
Belfast
Co. Antrim
BT9 6EG
Download