APPENDIX 9

 

CONTRACT STANDING ORDERS

 

The main purposes of these Contract Standing Orders (CSO’s) are:-

 

·         To ensure that the Council obtains genuine value in the way it spends money, so that it delivers Best Value services to the public it serves

·         To comply with the laws which govern the spending of public money

·         To demonstrate good corporate governance

·         To reasonably protect individuals and the Council from any criticism or allegations of wrongdoing regarding specific procurement decisions.

 

Both ‘procurement’ and ‘contract‘ are used as generic terms covering the purchase of goods, services or works from a supplier, contractor or other entity - whether it is through a formal tendering process, placing of a purchase order, call-off via an established framework agreement or other similar arrangement.

 

The highest standards of probity are required of all officers and members involved in the procurement, award and management of any Council contract. Similarly the Council will endeavour to be fair and open in its dealings with all suppliers and prospective suppliers, and all members and officers shall uphold these principles. Nine key objectives of the Council’s Procurement Strategy, which underpin the Council’s overall approach to good procurement practice are reproduced as Appendix A.

 

 

1        BASIC REQUIREMENTS

 

1.1              Key Principles and Responsibilities

 

1.1.1        All procurement activity must be in connection with the Council’s lawful functions and within the bounds of its statutory powers.

 

1.1.2        All procurement shall be in accordance with all relevant legislation including Best Value and, when applicable, the European Union Procurement Directives.

 

1.1.3        All procurement activity shall be conducted with integrity and fairness throughout. It shall also be conducted with sufficient openness to engender public confidence in the procurement processes generally and meet the requirements of the Freedom of Information Act.

 

1.1.4        Those awarding contracts shall have a duty to ensure and demonstrate that the best value for money is obtained, having regard to an appropriate and realistic balance between price, quality and service considerations.

 

1.1.5        Unless there are sufficient and explicitly stated reasons to the contrary, a reasonable show of competition shall be sought as part of all contract-letting processes.

 

1.1.6        No contract shall be awarded unless there is delegated authority to award the contract and there are adequate budget funds available.

 

1.1.7        Strategic Directors and Heads of Service are responsible for ensuring compliance with these CSO’s by their staff, and for ensuring that staff who are given such delegated responsibility have the necessary skills and knowledge appropriate to the task. Staff have a responsibility to familiarise themselves with these CSO’s and undertake any necessary training.

 

1.1.8        Proportionate and timely consultation shall take place with elected members regarding procurement exercises. Most contracts can be let (subject to relevant delegated authority) without formal reference to members. Only where a contract has a particularly high risk, sensitivity, value or other substantial effect on the Council’s corporate objectives or its reputation, shall the Cabinet (or where appropriate the designated Portfolio Holder) be called upon to take procurement decisions.

 

1.1.9        Where elected members are involved in procurement decisions, this should be as early as possible in the process (see paragraph 2.2.2).

 

1.2              Conduct

 

1.2.1        Members and staff must ensure that when involved in making any procurement decisions, they always act in the best interest of the Council and the community it serves.

 

1.2.2        It is important to be impartial. The Council has well-defined policies on gifts & hospitality and on registering personal interests, and all members and staff are required to comply with these.                    

 

1.3              Financial values

 

1.3.1        Unless otherwise stated, any financial values or thresholds stated in these CSO’s refer to the projected value of a contract for its whole duration, not the annual value. For contracts that have an extension option, then the contract value shall be calculated on the basis of the original contract period plus the possible extension period. For any contracts that are for an unspecified period, a ‘default’ duration of four years shall be assumed for the purposes of calculating the financial value.  

 

1.3.2        No attempt must be made to break down one large purchase into a number of smaller purchases, solely with the aim of trying to circumvent the financial thresholds specified in these CSO’s. Moreover, it is the aggregated expenditure by the Council as a whole on like or similar goods and services, rather than that of individual budget holders, that shall have effect – this being particularly important as regards compliance with the EU Procurement Directives.

 

1.3.3        All values stated throughout these CSO’s exclude VAT.

 

1.3.4        The list of all staff having approved delegated authority limits shall be maintained by the Exchequer Services Manager. Strategic Directors and Heads of Service are responsible for ensuring they provide the necessary details to enable the list to be kept fully up-to-date.

 

1.4              Exceptions to the rules

 

1.4.1        These CSO’s do not apply to:-

 

·         Contracts of Employment

·         Contracts that relate solely to the purchase or acquisition of land and property

 

1.4.2        In addition, exemptions from the full provisions of these CSO’s as regards seeking competition may apply in the following circumstances:-

 

·         Genuine emergencies – Critical preventative or remedial work where there is a real and imminent risk to the safety of people or property arising from a hitherto unforeseen ‘catastrophic’ event or incident such as fire, bombing, flooding, major landslide, etc.

 

·         Urgency not of the Council’s own making – The urgency must have been reasonably unforeseeable (e.g. existing supplier going into liquidation, urgently imposed statutory changes, etc.) and genuinely be a case of ‘time is of the essence’. However, urgency arising through problems of the Council’s own making (whatever the cause and regardless of whether it involved previous delays or shortage of resources, etc.) shall not in itself justify exemption.

 

·         Collaborative/Joint Purchasing – Where another authority/public body is acting as ‘lead buyer’ and provided that the person(s) awarding the contract can demonstrate the arrangements comply with the requirements of Best Value and other applicable legislation including, if necessary, the EU Procurement Directives. This includes any recognised wider public sector agreements including, for example, Office of Government Commerce (OGC) contracts, etc.

 

·         Sole source of supply - Where suitable goods or service are genuinely only available from one supplier (e.g. if patent, copyright or other exclusive design rights exist). Similarly, for any highly specialised/niche services where, for all practical purposes, no realistic alternative source of supply exists.

 

·         Reasons of compatibility - If compatibility with existing goods, equipment or services is essential (e.g. spare parts/components for existing equipment) or where additional units are being purchased to match existing equipment and there is an overwhelming case for matching the existing items on the grounds of functionality, aesthetics, etc.

 

·         Partnering – Where a formal partnering arrangement and/or established framework agreement already exists as the result of an earlier competitive selection and award process.

 

1.4.3        No exception to these Contract Standing Orders shall be permitted unless a CSO Waiver Form (see Appendix B) has been completed and confirmation of authorisation received. The waiver form shall be submitted in the first instance to the Compliance and Risk Manager, who shall confirm whether the waiver is granted or if (in the light of the particular circumstances and in his judgment) the matter needs to be referred further to the Strategic Directors’ Group for a decision to waive the CSO’s.  

 

1.5              Other considerations

1.5.1        Where they exist, corporate contracts and framework agreements shall be used. The Procurement Section shall be responsible for maintaining and distributing details of such contracts as necessary.

 

1.5.2        Any procurement activity shall accord with other relevant Council policies, technical standards or requirements as necessary e.g. ICT hardware and software compatibility policy, in-house printing protocol, etc.

 

1.5.3        A library of relevant procurement information and good practice guidance shall be developed and maintained on the Council’s intranet by the Procurement Section.

 

1.5.4        Consultants acting as an agent on behalf of the Council are required to operate in accordance with these Contract Standing Orders. It is the responsibility of the officer engaging the consultant to ensure such compliance. Furthermore, the selection and engagement of consultants is a procurement in itself, and therefore subject to these CSO’s.

 

2        ESTABLISHING AND MANAGING CONTRACTS

 

2.1              Openness and forward planning

 

2.1.1        The Procurement Section shall maintain a register or database of all the Council’s current contracts and publish extracts of this on the Council’s website as part of the “Selling to the Isle of Wight Council” guide for prospective suppliers. Heads of Service shall provide the relevant details in a timely manner to enable the accuracy of the information to be kept up-to-date.

 

2.1.2        As part of the annual service planning process, the Procurement Section shall compile a procurement forward plan identifying the Council’s major contracts (over £75000) that are expected to be procured over the next three years. This shall include an initial risk-assessment, which will indicate whether the procurement should be considered for a ‘Gateway Review’ process.

 

2.2              Pre-procurement considerations

 

2.2.1        Realistic consideration (proportionate to the risk, complexity and value of the purchase) should be given to possible alternative options. For example, this might include a fundamental revision of the need or standardisation of the specification; reuse or recycling of equipment; internal provision of the service; collaboration with other purchasers; etc. Narrow departmental considerations should never jeopardise any wider benefits to the Council.

 

2.2.2        The involvement of elected members in procurement decisions is generally most effective at the earlier rather than later stages of the procurement cycle – particularly in terms of helping to scope the requirement, developing an outline business case and determining the procurement approach. For example, members can often bring valuable insight and perspectives to issues such as how well a proposed requirement meets the Council’s strategic objectives and its current priorities (“strategic fit”), or whether a wide enough range of possible supply options (including innovation and/or collaboration with other organisations etc.) is being explored.

 

            Such involvement can be far more beneficial overall than having members merely “rubber stamp” a subsequent decision to award a contract to a particular supplier following the evaluation of tenders, by which time it could effectively be little more than accepting a virtual ‘fait accompli’. Therefore, for all service-specific procurements above the Council’s formal tendering threshold (currently £75000) Heads of Service (or the designated Authorised Officer/Project Manager for a particular Tender) shall liase with the relevant Portfolio Holder. The input of the Portfolio Holder will be confirmed in an auditable record. For any very high risk or strategically sensitive projects, including those where Gateway Reviews are to be conducted, the Head of Service shall refer the matter to the Strategic Directors’ Group, who shall advise whether it is more relevant to refer the matter to the Cabinet for approval to proceed.

 

2.2.3        General market research or consultation can be undertaken with potential suppliers before the issuing of an Invitation to Tender (e.g. regarding the nature or extent of supply, contract ‘packaging’, etc.) provided this does not prejudice any potential tenderers. No technical advice on the preparation of an Invitation to Tender or similar shall be accepted from anyone who may have a commercial interest in this if it might prejudice the equal treatment of all potential suppliers or distort competition in any way.

 

2.3              Seeking competition

 

2.3.1        Formal competitive tenders shall be invited for any procurement with an estimated value of more than £75,000. Tendering opportunities shall be advertised on the Council’s website and, as appropriate, in the local press and/or relevant trade journals (except where a recognised approved/select list exists). 

 

2.3.2        Where applicable, the further requirements of the EU Procurement Directives must be complied with, including advertising in the supplement to the Official Journal of the European Union (OJEU). This potentially affects all contracts (with a few exceptions, mainly covering so-called ‘Part B’ Services) above £153,376* in the case of goods and services, or above £3,834,411* in the case of works contracts. There are additional thresholds for the publication of Prior Information Notices. Guidance on the application of the EU Procurement Directives shall be sought from the Procurement Section as necessary. All OJEU notices will be compiled in conjunction with, and submitted for publication by, the Procurement Section.

 

            [* Note: These are the £sterling equivalents of the EU thresholds, which are formally stated in Euros and Special Drawing Rights. The exchange rates are normally re-calculated every two years; the current values took effect from 1 January 2004] 

 

2.3.3        For contracts with an estimated value between £10,000 and £75,000, at least three written quotations from bona fide suppliers shall be sought. Although Requests for Quotations (RFQ’s) tend to involve less formality than the tendering process, in reality there is little difference in either the purpose or outcome. As with an Invitation to Tender, any Request for Quotation must communicate clearly to the potential suppliers what is required (the specification).

 

2.3.4        For contracts below £10,000, no formal competition is strictly required. However, it will often be appropriate to obtain one or more quotations in order to demonstrate best value.

 

2.3.5        These requirements are summarised in the following table:-

 

Estimated Total Value

(i.e. for full duration of contract including any extension options)

Competition requirements

 

Below £10,000

No formal competition required, although quotations can be sought in order to demonstrate best value

£10,000 - £75,000

At least 3 quotations

£75,000 and above

Invitations to Tender

£3,834,411 and above (Works) or

£485,481 and above (Goods and Services)

Publication of Prior Information Notices (in accordance with EU Procurement Directives)

£3,834,411 and above (Works) or

£153,376 and above (Goods and Services)

Invitations to Tender in accordance with EU Procurement Directives

 

2.4              Choosing the tendering methodology

 

2.4.1        There are three basic tendering methodologies or procedures to choose from – Open, Restricted and Negotiated. The selection of the most appropriate one shall depend on circumstances as follows:-

 

2.4.2        The open procedure makes no advance assessment of a tenderer’s suitability to supply before submission of the tender. This is a useful process where speed is important, where there are a limited number of potential providers in the marketplace or if the procurement is for a relatively simple product or service where technical capability might be less crucial. However, it can make the tender evaluation stage much more time-consuming and onerous if a large number of tenders are received.

 

2.4.3        The restricted procedure is a two-stage process. Firstly expressions of interest in the tender are sought and then on the basis of responses to a pre-qualification questionnaire, short-listed candidates are invited to tender. This is useful where a large number of potential tenders are likely to be received, although a disadvantage is that the tendering process can take longer overall.

 

2.4.4        A derivative of the restricted procedure is the use of a recognised approved vendor list (sometimes also referred to as a select list). This is best used where there is likely to be a regular need for work or services of a similar nature over a period of time. Any such approved lists must be reviewed, refreshed and made open to new applicants at least every three years.

 

The existence of an approved list avoids the need to keep advertising tender (or quotation) opportunities on the open market and enables a manageable ‘bank’ of capable and generally           proven suppliers to be kept. A disadvantage is that such a list requires regular use to justify the time and effort of setting up and keeping the list up-to-date. Furthermore some caution can be needed to guard against suppliers’ expectations of future business potential being unreasonably high. It is also important to rotate the companies on an approved list who are invited to tender (or quote) for individual procurements in order to ensure fairness and a realistic sense of competition, and achieve best value.

 

            [Note: The Council does not make extensive use of approved lists, with the principal exceptions of:-

·         Contractors for building, construction & maintenance trades and related services (for which the Property Services Department shall use the Constructionline accreditation service for selecting suitable suppliers/contractors)

·         Contractors for Highways minor works.]

 

2.4.5        The negotiated tender procedure is only to be used in limited circumstances such as complex ICT projects where the specification cannot be defined at the outset with sufficient certainty to make sealed bid tendering practical. Where the negotiated procedure is used, the process shall conclude with the submission of ‘Best and Final Offers’ as sealed bids.  There are strict restrictions on any price negotiation on tenders conducted under the EU Procurement Directives (although, with effect from 2006, a new procedure under the Directives called “Competitive Dialogue” will allow some increased flexibility on this particular issue).

 

2.5              Determining tender award/evaluation criteria

 

2.5.1        Tenders will be awarded on the basis of the Most Economically Advantageous Tender (or ‘best value’ solution) - in other words, a realistic balance between price and quality/service factors.

 

2.5.2        The actual mix between these elements shall be established at the outset of the tendering process and will depend on various considerations including the complexity of the project or purchase itself, the degree of innovation sought from suppliers and the flexibility required in terms of project/service delivery, etc. The following quality/price ratios are deemed to be a realistic split and are given for guidance purposes, but may be varied depending on particular circumstances:-

 

                                                                                    Qualitative factors       Pricing factors

Straightforward or repeat purchases                          20%                             80%

Projects/services of medium complexity                   40%                             60%

Complex projects/services/products                          50%                             50%

Innovative/creative design projects                             70%                             30%

Feasibility studies/consultancy work                          80%                             20%

           

2.5.3        As far as possible, pricing factors should cover all identifiable elements that make up the ‘whole-life cost’. Where price is not a fixed sum as such (but instead comprises a schedule of prices or rates with no firm commitment as to quantities) then a best endeavours or notional bill of quantities shall be incorporated into the Invitation to Tender/evaluation process to facilitate satisfactory total price comparisons between tenderers.

 

2.5.4        The various qualitative award criteria must be appropriate to the contract in question and reasonably expected to provide a best value outcome. These qualitative factors can include moderate recognition of what are often termed ‘Corporate Social Responsibility’ issues. In other words, taking into account how well each supplier is in accord with the Council’s own policies, objectives and values in relation to, for example, care for the environment; promoting equalities & diversity; supporting fair trade; well-being of the local community; etc.

 

2.5.5        The award criteria (though not necessarily the actual weightings to be applied to each criterion in the evaluation model) should be stated to prospective tenderers in the Invitation to Tender (ITT) documentation. Subsequently, evidence of each tenderer’s suitability to supply shall be judged against these criteria - usually by small panel of suitably knowledgeable officers (typically up to 3) convened as required.

 

2.6              Preparation of invitation to tender

 

2.6.1        Every effort shall be made to produce clear and straightforward Invitation to Tender documentation. Whenever practical, specification details should focus on successful outcomes rather than being unnecessarily prescriptive as to the precise method of achieving those outcomes, as potentially this can encourage innovation from tenderers and avail particular market expertise. Similarly, variant bids (i.e. allowing tenderers to suggest possible variations or alternative ways in which they might satisfy the potential contract) should be an allowable option and duly considered in the pursuit of best value.   

 

2.7              Receipt and opening of tenders

 

2.7.1        A reasonable length of time must be allowed for tenderers to compile and submit their bids, having regard to the complexity of the tender and, when appropriate, any mandatory timescales under the EU Procurement Directives (see Appendix C). The Invitation to Tender must state clearly the latest date and time that tender bids can be received by. Any tenders received after the closing date shall not be considered unless there is clear evidence that it was posted at least the day before the closing date and any delay in delivery was wholly outside the control of the tenderer.

 

2.7.2        All tenders submitted must be in plain sealed envelopes and are to be posted or delivered to Customer Services at County Hall, where they will be held in a secure locked box until the designated tender closing date. They will then be passed unopened to the Procurement Section for opening. Two members of the Procurement Section will then open all the tenders received and record the value of each tender bid in a register maintained for that purpose. No assessment or recording of any of the qualitative information shall be practical at this stage.

 

[Note: Invitations to Tender can be issued to tenderers electronically (e.g. as a Word or PDF file) but completed tenders must be submitted in paper form currently. Electronic tendering and/or e-auctions shall be acceptable in due course, but at the present time the Council is still evaluating suitable and secure systems for their use as part of the current e-Procurement project.]

 

2.7.3        The tenders shall then be passed to the lead officer responsible for the tender, who shall arrange the evaluation of the tenders.

 

2.8              Evaluation and award of contract

 

2.8.1        All compliant tenders shall be checked for basic arithmetic accuracy. If any arithmetical errors are found they must be notified to the tenderer who shall be given the opportunity to confirm (urgently and in writing) what the correct price is or withdraw the tender bid altogether. Commonsense shall prevail as to the nature of any such errors and that they do not undermine the basic integrity of the tendering process.

 

2.8.2        All tenders shall be evaluated against the designated award criteria (see section 2.5).

 

2.8.3        Officers with the appropriate delegated authority are empowered to award contracts without formal reference to elected members provided CSO’s have been fully complied with. However if the contract is considered to be of a particularly important or sensitive nature, the approval of the relevant Portfolio Holder to award the contract shall be obtained.

 

2.8.4        The authority to award contracts is summarised in the following table:-

 

Summary of delegated authority for procurement

 

Request Quotations

(for below £75,000)

Invite tenders

(for above £75,000)

 

Award contracts

(subject to necessary budget available)

Service Manager’s named delegates

·         No restriction

·         Up to £2,000,000

·         Subject to appropriate liaison with Cabinet Member

·         No direct authority if project is very high risk or strategically sensitive.

 

·         Up to delegated authority limit only

·         No direct authority if strategically important or politically sensitive nature

Head of Service

·         No restriction

·         Up to £10,000,000

·         Subject to appropriate liaison with Cabinet Member

·         Refer to Strategic Directors if project is very high risk or strategically sensitive (including those for Gateway Review)

 

·         Up to delegated authority limit, except where strategically important or politically sensitive

Strategic Directors

·         No restriction

·         Unlimited (but determine if necessary to seek agreement of Cabinet to proceed for very high risk or strategically sensitive projects) 

·         Unlimited (but seek agreement of Cabinet for very high risk or strategically sensitive projects) 

Portfolio Holder

·         Not applicable

·         Confirm agreement to proceed as appropriate

·         Confirm agreement to award (only necessary if project is strategically important or politically sensitive nature

Cabinet

·  Not applicable

·         Not applicable

·         Confirm agreement to award (if referred by Cabinet Members)

 

2.8.5        Performance bonds shall not be required as a matter of course, as in many instances they can drive up costs unnecessarily and out of proportion to the real exposure to risk of a failing supplier.  However, they shall be considered if there are genuine concerns about the stability of a particular supplier. In such instances, the bond must be in place before the commencement of work by the supplier.

 

2.8.6        Suppliers and contractors are required to have appropriate public liability insurance cover (and professional indemnity insurance where deemed necessary) that provides a realistic level of protection to the Council and is proportionate to the value/risks involved.

 

[Note: Typically, a “standard” public liability cover level of £5million for any one single incident shall be sought, although alternative levels may be considered acceptable in relation to the adjudged risks and in consultation with the Risk & Insurance Section.]  

 

2.9              Debriefing of unsuccessful tenderers

 

2.9.1        If requested, unsuccessful tenderers shall be given constructive feedback on why their bid was unsuccessful. This must not betray any commercially confidential information provided by other tenderers, whilst the requirements of the Freedom of Information Act shall be properly considered.

 

2.10          Contract documentation

 

2.10.1    In many instances, a straightforward acceptance letter (and/or purchase order) by the Council of a supplier’s tender shall be sufficient to form the binding contract. However, a pre-requisite for this is that the Invitation to Tender document itself is well-structured in the first place (including the inclusion of the Council’s chosen terms and conditions) and that good records are kept of all salient correspondence with the supplier concerning the agreement itself, such that there can be no doubt about the rights and obligations of both parties to the contract.

 

2.10.2    Contractual documentation should be subject to approval by the Legal Services team or, if appropriate, by suitably qualified external legal advisors. The formal sealing of contracts shall not be deemed necessary except on the advice of the Legal Services department.

 

2.10.3    All contracts shall provide for contractors’ obligations in relation to Human Rights, Freedom of Information, Data Protection and other statutory obligations as required.

 

2.10.4    The officer awarding the contract shall send a completed Contracts Register Form (see Appendix D) to the Procurement Section within two weeks of award of contract so that the Council’s Contracts Register can be updated. Where required, a mandatory Contract Award Notice (including those for Part B Services) shall be published in the OJEU within the statutory 48days period from award of contract.

 

2.11          Variations and extensions

 

2.11.1    Reasonable variations to the contract can be agreed with the supplier during the lifetime of the contract provided they comply with the spirit of these Contract Standing Orders and be within the delegated authority limits of the relevant officer(s).

 

2.11.2    Options to extend a contract must have been stated in principle in the original Invitation to Tender.

 


 

APPENDIX A

 

 

PROCUREMENT STRATEGY – KEY OBJECTIVES

 

Delivering quality public services is an overriding objective of Government – both at central and local level. The Isle of Wight Council will actively strive to obtain best value in the way it spends money, so that it may in turn offer best value services to the public it serves. In doing so, the Council will seek:-

 

1.      To ensure all procurement activity undertaken by and on behalf of the Council is carried out with integrity and is compliant with all relevant legislation, and that it is conducted in a fair, objective and transparent manner.

 

2.      To ensure that the appropriate procurement skills are developed and embedded throughout the organisation (whilst recognising the highly devolved nature of the organisation and the fact that the great majority of spending is carried out by front-line staff in individual Service Units).

 

3.      To identify and pursue a range of options and tactics most suitable to the particular procurement being undertaken, having regard to the “procurement positioning matrix” set out in the strategy.

 

4.      To systematically review all current contracts (and non-contract expenditure) to identify potential opportunities for improvements through:-

 

·         More effective demand aggregation

·         More suitable “repackaging“ of the service work content

·         Alternative methods of service delivery (including partnership/ collaborative/ outsourcing/ internalising options, etc.).

 

Furthermore, to ensure that such efforts are not diluted or undermined by the existence of artificial barriers such as departmental boundaries (and ensuring the mandatory use of any established corporate contracts throughout the Council).

 

5.      To recognise the Council’s position in the local community as both a significant customer and a key strategic player in the well-being of the local economy, and thus to seek to develop a range of procurement initiatives (where practical and legally allowable) to encourage the development of the local supplier base.

 

6.      To actively encourage the identification and utilisation of a range of “environmentally friendly” products and services by the Council as a whole, thereby contributing positively to the Council’s Agenda 21 strategy and its commitment to sustainability issues in general.

 

7.      To present to the marketplace as a whole a positive image of the Isle of Wight Council as being an “intelligent client” with whom suppliers and contractors would wish to do business. This to be reinforced through:-

 

·         Good standards of procurement documentation and communications generally

·         A balanced approach to risk

·         Open and fair conduct throughout

 

8.      To review and develop effective and efficient information systems relevant to the needs of a modern day procurement activity, including the development of e-procurement capability.

 

9.      To invest in the Compliance Section of the Council’s Finance & Business Services Department the necessary resources and authority to effectively focus on, co-ordinate and help deliver the key elements of this procurement strategy, and the dissemination of procurement best practice throughout the Council.

 

 


                                 REQUEST FOR A WAIVER FROM THE FULL REQUIREMENTS             Appendix B

OF CONTRACT STANDING ORDERS

 

Contract Title

 

 

Brief description of contract

 

 

Officer responsible

 

 

Estimated total value of contract

 

Proposed start date of contract

 

 

Nature of waiver being sought

(Please refer to CSO paragraph 1.4.2 for further clarification)

 

 R appropriate box below:

 

Details and justification for waiver

 

(Please continue on a separate sheet if necessary)

Genuine emergency (with real & imminent risk to safety)

 

Urgency not of the Council’s own making

Collaborative/joint purchasing with another public body

Sole source of supply

Reasons of compatibility

 

 

Other (please specify):

 

 

 

 

 

 

Request submitted by

Name

 

Signature

 

 

Department

 

 

Telephone

 

 

Email address

 

 

Send this completed form to the Compliance & Risk Manager (Floor1, County Hall, Newport) who will respond to this request for a waiver to CSO’s within seven working days. No contract must be entered into until confirmation of approval of such request has been given.

 

Decision

Comment

Waiver approved

 

 

 

To be referred to the Strategic Directors’ Group for decision

Waiver not agreed (insufficient grounds/justification)

Signed:

 

 

Compliance & Risk Manager

Date:

 


Text Box: APPENDIX C

 

EU PROCUREMENT DIRECTIVES - MINIMUM TIMESCALES (in calendar days)

 

                                                                  

Text Box: Prepare specification and contract terms                                                            Despatch tender                                                    Despatch additional

Text Box: OJEU Contract Award NoticeText Box: Contract AwardText Box: OJEU NoticeText Box: Evaluate BidText Box: Return of BidOpen                       Normal                             documents within 6                               52 days                   information within 6

                                                                         days of request                                                     days of request

 


                                                                                                            36-22 Days

Text Box: OJEU NoticeText Box: Return of Bid                                 PIN                                                                       Notes 1,2,3

           

 

Text Box: OJEU NoticeText Box: Expressions of interestText Box: ShortlistText Box: Invitation to tenderText Box: Return of Bid                           

Restricted               Normal                 37 days                                                                                   40 days

                                                                                                                                    Despatch additional

                                                                                                                                                                                Information within 6

                                                                                                                                                                                days of request 

Text Box: OJEU Notice
Text Box: Expressions of interest Text Box: Invitation   to tender                                               Text Box: Return of Bid
 


                                               PIN                     37 days    37 da                                                                   26 Days Notes 1,4  

                                                                                                                                                                                                                                                                                                         

                                                                                                                                                                                                                                                                                                        48 days

                                                                                                                                                                                                                                                                                                     maximum                                      

 

 

Text Box: OJEU Notice
 


Text Box: Expressions of interest Text Box: Invitation to tenderText Box: Return of Bid                                        Urgent                   15 days                                                                                  10 Days

                                                                                                                                                                                Despatch additional

                                                                                                                                                                                information within 4

                                                                                                                                                                Days of request

Text Box: OJEU Notice
Text Box: Expressions of interest
 


Text Box: Shortlist to at least 3 preferred supplies
Evaluate bids
Select Main Supplier
Negotiated              Normal                  37 days

Text Box: OJEU Notice Text Box: Expressions of interest
 

 


                                  Urgent                15 days

 

 

 

 


1.                     Provided PIN published no less than 52 days and no more than 12 months before the despatch of the Contract notice and PIN contained all relevant information (later appearing in the contract notice) which was available at the time of publication of the PIN.

2.                     The period is to be *sufficient long to permit effective tendering, which generally, shall not be less than 36 days and in any case not less than 22 days*

3.                     Reg 11(4) of Works and Services Regulations and 11(3)A of the Supplies Regulations as amended.

4.                     Reg 12(12) of Works and Services Regulations and 12(11)(A) Supplies Regulations as amended.

 


 


APPENDIX D

 

Isle of Wight Council Contract Registration Form

 

1)

Contract Title

 

 

 

 

Services/works/goods included

 

 

 

Contractor/Supplier Name

 

 

Address of Contractor/Supplier

 

 

 

 

 

2)

Contract Type (tick one option)

q       Services

q       Goods

q       Works

q       Software Licence

 

Selection Method (tick one option)

q       Tender EU

q       Tender non-EU

q       Quotation

q       Wider Public Sector Contract

q       Single Source

 

3)

Annual Value of contract

£

Value for whole contract

£

 

4)

Contract start date

 

Contract end date

If open ended, please go to table 5

 

 

Option to extend?

q       Yes

q       No

If Yes, no. of years

 

Extension start date

 

Extension end date

 

 

Current status of contract (tick one option)

q       Original contract

q       Extension period

 

5)

Is the contract end date ‘open ended’?

If no, please go to table 6

q       Yes

q       No

 

Internal Review Date?

 

 

6)

Is this a one off contract?

q       Yes

q       No

 

OR, does this contract supersede an existing contract, currently on the database that now needs to be removed?

q       Yes

q       No

 

If Yes to the above, please provide the name of the previous Contractor

 

 

7)

Notes

 

 

Officer Responsible

 

Section

 

 

Service Unit

 

Directorate

 

 

Contact email

 

Contact phone

 

 

Please return completed form to: Procurement Section, County Hall, within two weeks of award of contract.    Thank you

Contract Ref. No. (allocated by the Procurement Section)