TENDER RESPONSE
Respondents Name
ENTER RESPONDENTS NAME HERE
Request for Tender (RFT) Construction of Quota Park Pathway
Closing Time: 10:00am 14th February 2017
RFT Number: MRC 2017-025
Tenders Response:
To: The Chief Executive Officer
Mackay Regional Council
73 Gordon Street
MACKAY QLD 4740
PLEASE COMPLETE THIS FORM IN BLOCK LETTERS
FULL NAME OF TENDERER: (COMPANY NAME)
ABN OF TENDERER:
NAME OF PERSON AUTHORISED TO REPRESENT THE TENDERER
STREET ADDRESS OF TENDERER:
POSTAL ADDRESS OF TENDERER:
TELEPHONE NO. OF TENDERER:
FACSCIMILE NO. OF TENDERER:
MOBILE NO. OF TENDERER:
EMAIL ADDRESS OF TENDERER:
Checklist
Have you included all relevant documentation:
Letter of Tender (Tender Schedule 1)
Statement of Departures (Tender Schedule 2)
Statement of additions and variations (Tender Schedule 3)
Compliances per Checklist, WH & S and Evaluation Criteria (Tender Schedule 4)
Schedules of Rates (including excel format) (Tender Schedule 5)
Insurances (Tender Schedule 6)
Tender Schedule 1
Letter of Tender
[to be placed on RESPONDENTS letterhead]
letter of TENDER
Tender no: MRC 2017-025
We have examined the Tender Documents listed or referred to in clause 7 of the Conditions of Tender and our Tender is based on those.
We acknowledge and warrant that any Addenda that issued during the Tender Period have been received and examined.
We understand and agree to comply with the requirements of all of the Tender Documents.
We offer to deliver the Works and remedy any defects in the Works in conformity with the Tender Documents, any modifications or amendments referred to in the Addenda referred to above and other information in accordance with the Conditions of Tender for the remeasurable sum of (GST exclusive).
AUD$______________________________________ (Tender Price)
We agree that our Tender remains open for acceptance by Council for a period of 90 Days after the Tender Closing Date and it shall remain binding upon us and may be accepted by Council at any time before that time.
We confirm that any departures from the Conditions of Tender or additions or variations are set out in the enclosed Statement of Departures Schedule 2 or Statement of Additions and Variations 3 respectively. In all other respects, this Tender complies with the Conditions of Tender and is a Conforming Tender in that respect.
We warrant that this Tender was made without:
any connection, knowledge or arrangements with any other Respondent or industry group except as disclosed in our Tender; and
any reliance on verbal statements, representations or warranties (express, implied or inferred) made by or on behalf of Council, and that we have carried out all relevant investigations concerning the nature of the Site, the contents, accuracy and completeness of the Tender Documents and all other matters as set out in the Conditions of Tender and the Tender Documents.
If our Tender is accepted, we will, when requested, sign the Contract, and proceed in accordance with its terms.
We understand and accept that Council is not bound to accept the lowest or any Tender it may receive.
SIGNED BY (name written)
Position:
Who warrants that he is duly authorised to sign for and on behalf of (insert name of Respondent).
Tender Schedule 2
Statement of departures
The Respondent must provide in its Tender a Statement of Departures as follows:
Statement of Departures
As required by Clause 16 of the Conditions of Tender, a Statement of Departures must be provided with each Tender. The purpose of this Statement is to highlight those clauses in the Tender Documents (including the Contract) that the Respondent does not accept or will not be able to fully comply with.
Respondents are reminded that the Statement of Departures is not to be used by the Respondent for identifying any Alternative Proposals, that is those Proposals which lie outside the Mandatory Criteria described in the Conditions of Tender.
Important: To the extent that the Statement of Departures does not indicate clauses or conditions of the Tender Documents (including the Contract) that the Respondent:
(a) does not accept; or
(b) will not be able to fully comply with;
the Respondent will be deemed by Council to have fully complied with and accepted all those clauses and conditions.
The Statement of Departures must be in the following format:
Clause or Condition Number and Name of Tender Document Indication of Non-Compliance Comments and Information Price to withdraw Clause or Condition
In the Statement of Departures, in addition to relevant comments by Respondents, in respect of each clause or condition of the Tender Documents (including the Contract) listed, the Respondent will indicate whether it:
partially non-complies with the requirement. If so, this must be indicated by a ‘P’ under the heading ‘Indication of Non-Compliance’, which means:
(i) in the case of a clause which imposes a contractual condition, the condition can only be met subject to certain qualifications. All such qualifications must be stated in full; and
(ii) in the case of a clause which specifies a characteristic or performance standard, the condition can only be met subject to certain conditions. Where this is the case and the Respondent is prepared to make good on the condition, characteristic or performance standard, the Respondent must state or describe the manner in which the non-compliance is to be made good;
does not comply with the requirement. If so, this must be indicated by a ‘N’ under the heading ‘Indication of Non-Compliance’. This means that the complete contractual condition, or characteristic or performance standard of the clause is not met or totally accepted by the Tender. The Respondent must provide full details of the non-compliance.
Responses may be grouped together (e.g. ‘Clauses 1 to 15 – P’) only if they are the same level of noncompliance. Alternatively, Respondents may wish to state their non-compliance against each clause.
Tender Schedule 3
Statement of additions and variations
The Respondents may provide in its Tender the following statement:
Statement of Additions and Variations
A Respondent may submit a Statement of Additions and Variations in its Tender for Council’s consideration.
The Statement of Additions and Variations should specify any:
proposed optional additions to the requirements in the Tender Documents; and
proposed optional variations to the requirements in the Tender Documents,
which the Respondent is willing to incorporate as part of its Tender and which will have significant commercial value to Council.
The Statement of Additions and Variations should, for each addition or variation specify:
in detail, the addition or variation proposed; and
the advantage to Council of incorporating the proposed addition or variation as part of the Contract.
Incorporation of any additions or variations specified in the Statement of Additions and Variations of a Respondent is at the discretion of Council. Any variations from the Tender Documents on which a Tender relies should be specified in the Statement of Departures.
The Statement of Additions and Variations must be in the following format:
Description Price associated with variance (ex GST)
Tender Schedule 4
Compliance Checklist
The following checklist has been provided to assist the Tenderer with completion and submission of its Tender. Where it is necessary to provide additional information please ensure that all documents are clearly marked with the relevant attachment title to assist the evaluation panel with their assessment. All attachments must be clearly marked with the relevant paragraph number (e.g. “2.1 – Organisational Profile”).
All pages must be completed and returned to the Principal as they form part of the Tenderer’s Tender Response.
For “tender evaluation purposes only” means that the documents will be used for the evaluation process only and will not be included in the contract documents.
Organisational profile (For tender evaluation purposes only)
Attach a copy of the Tenderer’s organisation structure and provide background information on the Tenderer and label it “2.1 – Organisational Profile”. “Organisational Profile”
Tick if attached
If corporations are involved, attach their current ASIC company extracts search including latest annual return and label it “2.1 – ASIC Company Extracts”. “ASIC Company Extracts” Tick if attached
Referees (For tender evaluation purposes only)
Attach details of the Tenderers’ referees, and label it “2.2 – Referees”. The Tenderer should give examples of work provided for its referees where possible. “Referees” Tick if attached
Agents (For tender evaluation purposes only)
Is the Tenderer acting as an agent for another party? Yes / No
If Yes, attach details (including name and address) of the Tenderer’s principal and label it “2.3 – Agents”.
“Agents” Tick if attached
Trusts (For tender evaluation purposes only)
Is the Tenderer acting as a trustee of a trust? Yes / No
If Yes, in an attachment labelled “2.4 – Trusts”.
(a) give the name of the trust and include a copy of the trust deed (and all related documents);and
(b) provide the names and addresses of all beneficiaries of the trust. “Trusts” Tick if attached
Subcontractors
Does the Tenderer intend to subcontract any of the obligations of the Contractor under the Contract? Yes / No
If Yes, in an attachment labelled “2.5 – Subcontractors” provide details of the subcontractor(s) including:
(a) the name, address and the number of people employed; and
(b) the obligations that will be subcontracted. “Subcontractors” Tick if attached
Conflict of interest (For tender evaluation purposes only)
Will any actual or potential conflict of interest in the performance of the Tenderers’ obligations under the Contract exist if the Tenderer is awarded the Contract, or are any such conflicts of interest likely to arise during the Contract? Yes / No
If Yes, please supply in an attachment details of any actual or potential conflict of interest and the way in which any conflict will be dealt with and label it “2.6 – Conflict of Interest”. “Conflict of Interest” Tick if attached
Financial position (For tender evaluation purposes only)
Is the Tenderer presently able to pay all its debts in full as and when they fall due? Yes / No
Is the Tenderer currently engaged in litigation as a result of which it may be liable for $50,000.00 or more? Yes / No
If the Tenderer is awarded the Contract, will it be able to fulfil the obligations of the Contractor under the Contract from its own resources or from resources readily available to it and remain able to pay all of its debts in full as and when they fall due? Yes / No
In order to demonstrate the Tenderer’s financial ability to undertake the Contract, in an attachment labelled “2.7 – Financial Position” include a profit and loss statement and the latest financial return for the Tenderer and each of the other proposed contracting entities, together with a list of financial referees from its bank and/or accountant. “Financial Position” Tick if attached
Quality Management System (For tender evaluation purposes only)
Do you have a third party certified ISO 9001 Quality Management System? Yes / No
If Yes, attach details of the name of the certification body and your certification number and label it “2.8 Quality Management System” “Quality Management System” Tick if attached
If not third party certified, how would you describe the status of your quality system? Please attach details under label “2.8 Quality Management System” Full System Partial System No System
If not third party certified, would you be prepared to have your company audited by Council? Yes / No
If no, please clarify in attachment labelled “2.8 Quality Management System - Council Audit” “Quality Management System - Council Audit” Tick if attached
In the event of an audit by Council, would you undertake to act on any corrective action requests raised? Yes / No
If no, please clarify in attachment labelled “2.8 Quality Management System – Corrective Action” “Quality Management System – Corrective Action” Tick if attached
Does the tenderer have:
A company Quality Policy?
A company Quality Manual?
A Quality Plan for the work?
Documented procedures and / or work instructions?
Inspection and Test Plans?
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
If yes for any or all of the above please supply copy of the Quality Policy and indexes of the remaining labelled as “2.8 Quality Management System – Plans” “Quality Management System – Plans” Tick if attached
Goods and Services Tax (For tender evaluation purposes only)
Is the Tenderer registered or required to be registered under the GST Act? Yes / No
Non-conforming tenders
Has the Tenderer lodged a conforming Tender? Yes / No
If yes, and this Tender is a non-conforming Tender, has the Tenderer prepared and lodged with this Tender, a clear summary of all points of difference between this Tender and the conforming Tender in an attachment labelled “2.9 Non-Conforming Tender Summary” per index “Non-Conforming Tender Summary” Tick if attached
Tenderers WH&S Systems Questionnaire (For tender purposes only)
This questionnaire forms part of the tender evaluation and is to be completed by tenderers and submitted with the tender offer. The purpose of the questionnaire is to provide an overview of the status of the tenderers WH&S systems. Tenderers may be required to verify their responses noted in their questionnaire by providing evidence of their ability and capacity in relevant matters.
CERTIFICATION
The information provided in this questionnaire is an accurate summary of the company’s WH&S systems.
Company Name …………………………………………………..………………………………….
Signature: ………………………………………………… Name: …………………………………
Position: ……………………………………………………….……… Date: ……./……../………
YES NO
1 WH&S Policy and Management
1.1 Is there a written company WH&S policy?
If yes provide a copy of WH&S policy
1.2 Is there a company WH&S Management System Manual or plan?
If Yes provide a copy of contents page(s)
1.3 Are WH&S duties clearly identified for all levels of staff?
If Yes provide or attach details
2 Safe Work Practices and Procedures
2.1 If required has the company a standard Principal Contractors WHS Management Plan and relevant Safe Work Method Statements?
Note: Successful tenderers will be required to provide a site specific WHS Management Plan for review before any work commences).
2.2 Has the company prepared safe work procedures or specific safety instructions relevant to its operations? (Provide a copy of one procedure).
If yes, provide a copy of one procedure and a summary listing of procedures or instructions
2.3 Does your company have any permit to work systems (e.g. confined spaces / hot work)?
2.4 Is there a documented incident reporting & investigation procedure?
2.5 Are there procedures for maintaining, inspecting and assessing the hazards of plant operated / owned by the company?
2.6 Are there procedures for storing and handling hazardous chemicals?
2.7 Are there procedures for identifying, assessing and controlling risks associated with hazardous manual tasks?
2.8 Have you any specific risk assessment that is relevant to this type of contract?
If Yes provide details
2.9 Does your company provide relevant PPE (including sun protection) for workers?
3 Work Health and Safety Training
3.1 Describe how WH&S training is conducted in your company?
Provide or attach details ...............................................................
…………………………………………………………………………………………………
…………………………………………………………………………………………………
3.2 Is a record maintained of all training and induction programs undertaken for employees in your company?
3.3 Does your company assess the competency of workers?
3.4 Please enclose any certificates of competencies relevant to this contract?
4 WH&S Inspection
4.1 Are regular WH&S inspections at worksites undertaken using standard inspection checklists?
4.2 Is there a procedure or form by which employees can report hazards at workplaces?
5 Health and Safety Consultation
5.1 Is there a Health and Safety committee?
5.2 Are employees involved in decision making over WH&S matters?
5.3 Are there employees elected as Health and Safety Representatives?
6 WH&S Performance Monitoring
6.1 Is there a system for recording and analysing H&S performance statistics?
6.2 Are employees regularly provided with information on company H&S performance?
6.3 Has the Division of WHSQ ever issued an Improvement or Prohibition notice on the Company?
If Yes provide or attach details ………………………………………………………….…
…………………………………………………………………………………………………
6.4 Has the company ever been convicted of a WH&S offence?
If Yes provide details......................................................................................................
7 Company References
Please provide the following information for the three (3) most recent contracts completed by the company.
Contract 1 Contract 2 Contract 3
Contract Description
Client
Contact
Phone Number
Number of lost time injuries
Number of person days on contract
Total days lost due to injuries
Number of near misses
TENDERER’S SAFETY RECORD
Project Date of Accident/Notice Accident or Infringement Notice Near Miss Reason Time Lost
Tender evaluation criteria
A) Relevant Experience
Describe the Tenderer’s experience in completing /supplying similar Services. Tenderers must, as a minimum, address the following information in an attachment and label it “ Relevant Experience” per index:
Provide details of similar work; and
Detail the scope of the Tenderer’s involvement including details of outcomes; and
Provide details of issues that arose during the project and how these were managed; and
Demonstrate sound judgement and discretion; and
Demonstrate competency and proven track record of achieving outcomes. Weighting
<25%>
“Relevant Experience”
Tick if attached
B) Key Personnel skills and experience
Tenderers should provide as a minimum in an attachment labelled “Key Personnel” per index information of proposed personnel to be allocated to this project, including:
Their role in the performance of the Contract; and
Curriculum vitae; and
Membership of any professional or business association; and
Qualifications, with particular emphasis on experience of personnel in projects with a similar requirement; and
Any additional relevant information. Weighting
<25%>
“Key Personnel”
Tick if attached
C) Tenderers’ Resources
Tenderers should demonstrate their ability to supply and sustain the necessary:
Plant, equipment and materials; and
Any contingency measures or back up of resources including personnel (where applicable).
As a minimum, Tenderers should provide a current commitment schedule and plant/equipment schedule in an attachment and label it “Tenderers’ Resources” per index. Weighting
<25%>
“Tenderers’ Resources”
Tick if attached
D) Demonstrated Understanding
Tenderers should detail the process they intend to use to achieve compliance with the requirements of the Specification, including:
A project schedule/timeline (where applicable); and
The process for the delivery of the Services; and
Training processes (if required); and
A demonstrated understanding of the scope of work.
Supply details and provide an outline of the Tenderer’s proposed methodology in an attachment labelled “Demonstrated Understanding” per index. Weighting
<25%>
“Demonstrated Understanding”
Tick if attached
Tender Schedule 5
Schedule of prices and rates
As per attached excel pricing schedule
Tender Schedule 6
Insurances
The insurance requirements for this Request for Tender are stipulated in the General Conditions of Contract. Respondents are to supply evidence of their insurance coverage, including copies of Certificates of Currency, for every type of insurance specified below.
Insurance Type Value ($) Policy Number Expiry Date
Public Liability Minimum $20 million
Product Liability Minimum $20 million
Workers Compensation As required by law
Insurance of the Works
Plant and Equipment