document title (see file>properties) - files. web viewif a word or phrase is defined its other...

69
Goulburn-Murray Rural Water Corporation Request for Tender (RFT) for: Procurement and Implementation of ITSM Toolset Reference number: AGM291424 Issue Date: 20/05/16 Place for lodgement: www.tenders.vic.gov.au Please note: The Tenderer’s Response (RFT Part D) and RFT Part E (Pricing) must be completed in the format specified and submitted as specified in 1.6 of Part A

Upload: lamhanh

Post on 04-Feb-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Goulburn-Murray Rural Water Corporation

Request for Tender (RFT) for: Procurement and Implementation of ITSM Toolset

Reference number: AGM291424Issue Date: 20/05/16 Place for lodgement: www.tenders.vic.gov.au

Please note:The Tenderer’s Response (RFT Part D) and RFT Part E (Pricing) must be completed in the format specified and submitted as specified in 1.6 of Part A

Page 2: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender #AGM291424

TABLE OF CONTENTS

Table of Contents.................................................................................................................................iRFT PART A – CONDITIONS OF TENDERING..................................................................................31. Establishment Details....................................................................................................................32. Rules governing this Request for Tender and the Tendering Process....................................43. Request for Tender........................................................................................................................54. Communications during the Tendering Process........................................................................65. Submission of Tenders.................................................................................................................86. Tender Documents........................................................................................................................97. Compliance with Specification and Proposed Contract..........................................................118. Contract Disclosure Requirements............................................................................................139. Evaluation of Tenders.................................................................................................................1410. Victorian Code and Victorian Guidelines (Not Applicable)......................................................1811. National Building Code (Not Applicable)..................................................................................1912. Successful Tenders.....................................................................................................................1913. Additional Rules...........................................................................................................................1914. Tenderer Warranties....................................................................................................................1915. GMW’s Rights...............................................................................................................................2016. Governing Law.............................................................................................................................2017. Interpretation................................................................................................................................20RFT PART B – SPECIFICATION.......................................................................................................231. Summary of Requirements.........................................................................................................23RFT PART C – PROPOSED CONTRACT..........................................................................................25RFT PART D – TENDERER’S RESPONSE.......................................................................................29RFT PART E – PRICING SCHEDULE................................................................................................41RFT PART F – CLOUD ASSESSMENT QUESTIONNAIRE..............................................................42RFT PART G – OCCUPATIONAL HEALTH & SAFETY....................................................................43RFT PART H – GREEN POLICY QUESTIONNAIRE.........................................................................51

DM#4107343 Page |

Page 3: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender #AGM291424

The Opportunity

.

GMW is seeking responses to this Request for Tender (RFT) GMW – AGM291424 for the Procurement and Implementation of IT Service Manager Toolset

Structure of RFT This RFT comprises the following sections–

Introduction – contains an overview of the opportunity presented and the objectives of this RFT.

RFT Part A – Conditions of Tendering sets out the rules applying to the RFT documents and to the Tendering Process. These rules are deemed to be accepted by all Tenderers and by all persons having received or obtained the RFT.

RFT Part B – Specification describes the Goods and/or Services in respect of which GMW invites Tenders from interested persons.

RFT Part C – Proposed Contract contains the terms and conditions in compliance with which GMW desires the Goods and/or Services set out in RFT Part B to be provided.

RFT Part D – Tenderer’s Response specifies the information to be provided in a Tender and may also specify any information to be provided by a Tenderer by other means. RFT Part D may include templates to be completed and included in a Tender.

RFT Part E – Pricing Schedule - to be completed by all Tenderers.

RFT Part F – Occupational Health and Safety Questions - to be completed by all Tenderers.

RFT Part G – Green Policy Questionnaire – to be completed by all Tenderers

RFT Part H – Victorian Industry Participation Policy (to be completed by Tenderer if required by GMW)

Introduction GMW is seeking responses to this RFT for Procurement and Implementation of an IT Service Management Toolset (On-premise or Cloud solution).

In issuing this RFT, GMW seeks to identify a Tenderer who is:

(a) able to provide the Goods and/or Services required by GMW in the manner set out in the Specification;

(b) able to demonstrate a commitment and ability to working in collaboration with GMW over the term of any agreed contractual period to continuously seek improvements in value, efficiency and productivity in connection with the provision of the Goods and/or Services; and

(c) prepared to work with GMW to continue to identify opportunities for improvement in the quality and level of service provided to GMW,

for the mutual benefit of both GMW and the Tenderer.

GMW is committed to improving environmental outcomes through the consideration of environmental factors when determining overall value for money in the procurement of goods and/or services. Consideration of environmental factors is reflected in the requirements of this RFT.

Note to Tenderers: Only Tenderers capable of providing all of the Goods and/or Services and complying in full with the conditions set out in this RFT should submit a Tenderer’s Response.

DM#4107343 Page | 2

Page 4: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART A – CONDITIONS OF TENDERING

Reference ScheduleThe information contained in this Reference Schedule must be read in conjunction with the remainder of this RFT Part A.

Capitalised terms used in this RFT have defined meanings which are explained in clause 17.1 (Interpretation) of this RFT Part A. Capitalised terms defined elsewhere in this RFT but not referred to in clause 17.1 have the same meaning wherever used throughout this RFT.

Note to Tenderers:Tenderers are advised to register at the tenders page of the Tenders Website http://www.tenders.vic.gov.au in order to receive any further information (i.e. including amendments, addendum, and further conditions that may apply to this RFT).The Tenderer’s Response (RFT Part D) must be prepared in accordance with clause 6 (Tender Documents) and submitted in accordance with clause 5 (Submission of Tenders) of this RFT Part A.

1. Establishment Details

1.1 Government OrganisationGoulburn-Murray Rural Water Corporation trading as Goulburn-Murray Water (GMW)

1.2 Tender Reference NumberGMW – AGM291424

1.3 Contact Details

See Section 4: Communications during the Tender for clarification Clause 4.2.1

Name and title The Project Manager, ITSM Project

Email Address [email protected]

1.4 Indicative Project Timeline*

Activity Date

RFT issued 20/05/16

End of period for receipt of Tenderer clarification and information requests (see clause 4.2 Requests for clarification or further information)

10/06/16

RFT Closes

(See clause 5.2 Late tenders)

5.00 pm AEST 17 June 2016

Conduct Tenderer Presentations and interviews (see Section 9 Evaluation of Tenders Clauses 9.3.3 and 9.3.5)

27/07/16 – 9/08/16

Completion of evaluation of Tenderer responses 11/08/16

Tenderer Negotiation completed and Best and Final Offer 25/08/16

Formal notification of successful Tenderer(s) 27/09/16

Execution of Proposed Contract(s) 28/09/16

Project Kick-off and implementation planning 7/10/16 – 13/10/16

DM#3612774 Page | 3

Page 5: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Implementation completion 23/02/17

Go-Live 31/03/17

* Note to Tenderers: This timetable is provided to give Tenderers an indication of the timing of the Tendering Process. The timetable is indicative only and may be changed by GMW in accordance with the Conditions of Tendering set out in RFT Part A of this RFT.

A full debrief for unsuccessful Tenderers will be held after the conclusion of the Tender process if requested.

1.5 Information Session

1.5.1 An Information session will NOT be held for this Tender. However, suppliers are encouraged to send their questions/request for information to the Project Manager.

1.6 Lodgement of Tenders

1.6.1 Hardcopy lodgement

1.6.2 Not applicable

1.6.3 Internet lodgement

Email address www.tenders.vic.gov.au

Hours of access to Tender Box 24 Hours

Access restrictions (if any) No restrictions

Other requirements Refer Tenders VIC Website

For details on e-lodgement file naming conventions, please refer to https://www.tenders.vic.gov.au/tenders/home.do

1.7 Additional rules

Not applicable

2. Rules governing this Request for Tender and the Tendering Process

2.1 Application of these Rules2.1.1 Participation in the Tendering Process is subject to compliance with the rules contained in this

RFT Part A.

2.1.2 All persons (whether or not they submit a Tender) having obtained or received this RFT may only use it, and the information contained in it, in compliance with the rules contained in this RFT Part A.

2.1.3 All Tenderers are deemed to accept the rules contained in this RFT Part A.

2.1.4 The rules contained in this RFT Part A apply to:

DM#4107343 Page | 4

Page 6: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

(a) the RFT and any other information given, received or made available in connection with the RFT, including any additional materials specified in item 1.5 (Additional Materials) of RFT Part A and any revisions or addenda;

(b) the Tendering Process; and

(c) any communications (including any Tender Briefings, presentations, meetings or negotiations) relating to the RFT or the Tendering Process.

3. Request for Tender

3.1 Status of Request for Tender3.1.1 This RFT is an invitation for persons to submit a proposal for the provision of the Goods or

Services set out in the Specification contained in Part B of this RFT. Accordingly, this RFT must not be construed, interpreted, or relied upon, whether expressly or impliedly, as an offer capable of acceptance by any person, or as creating any form of contractual, promissory, restitutionary or other rights.

3.1.2 No binding contract (including a process contract) or other understanding (including any form of contractual, promissory, restitutionary or other rights) for the supply of the Goods or Services will exist between GMW and any Tenderer unless and until GMW has signed a formal written contract as contemplated in clause 12.1 (No Legally Binding Contract) of this RFT Part A.

3.2 Accuracy of Request for Tender3.2.1 While all due care has been taken in connection with the preparation of this RFT, GMW makes no

representations or warranties that the content in this RFT or any information communicated to or provided to Tenderers during the Tendering Process is, or will be, accurate, current or complete. GMW and its officers, employees and advisors will not be liable with respect to any information communicated or provided which is not accurate, current or complete.

3.2.2 If a Tenderer finds or reasonably believes it has found any discrepancy, ambiguity, error or inconsistency in the RFT or any other information provided by GMW (other than minor clerical matters), the Tenderer must promptly notify GMW in writing of such discrepancy, ambiguity, error or inconsistency to give GMW an opportunity to consider what corrective action is necessary (if any).

3.2.3 Any actual discrepancy, ambiguity, error or inconsistency in the RFT or any other information provided by GMW will, if possible, be corrected by GMW and provided (or the proper information made available) to all Tenderers without attribution to the Tenderer that provided the notice.

3.3 Additions and amendments to Request for Tender3.3.1 GMW reserves the right to change any information in, or to issue addenda to, this RFT before the

Closing Time. GMW and its officers, employees and advisors will not be liable in connection with either the exercise of, or failure to exercise, this right.

3.3.2 If GMW exercises its right to change information under clause, it may seek amended Tenders from all Tenderers.

3.4 Representations3.4.1 No representation made by or on behalf of GMW in relation to this RFT (or its subject matter) will

be binding on GMW unless that representation is expressly incorporated into the contract(s) ultimately entered into between GMW and a Tenderer.

3.5 Confidentiality3.5.1 GMW may require persons and organisations wishing to access or obtain a copy of this RFT or

certain parts of it, or any additional materials (as referred to below in clause 3.7 (Availability of

DM#4107343 Page | 5

Page 7: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Additional Materials) of this RFT Part A) to execute a deed of confidentiality (in a form required by, or satisfactory to, GMW) before or after access is granted.

3.5.2 Whether or not execution of a deed of confidentiality under clause 3.5.1 is required by GMW, all persons (including Tenderers) obtaining or receiving this RFT and any other information in connection with the RFT or the Tendering Process must:

(a) keep the contents of the RFT and such other information confidential; and

(b) not disclose or use that information except as required for the purpose of developing a Tender in response to this RFT.

3.6 Licence to use Intellectual Property Rights3.6.1 Persons obtaining or receiving this RFT and any other documents issued in relation to the

Tendering Process may use the RFT and such documents only for the purpose of preparing a Tender.

3.6.2 Such Intellectual Property Rights as may exist in the RFT and any other documents provided to Tenderers by or on behalf of GMW in connection with the Tendering Process are owned by (and will remain the property of) GMW except to the extent expressly provided otherwise.

3.7 Availability of additional materials3.7.1 Additional materials (if any) may be accessed in the manner set out in item 1.5 of the

Establishment Details. Tenderers should familiarise themselves with these additional materials.

4. Communications during the Tendering Process

4.1 Project manager4.1.1 All communications relating to the RFT and the Tendering Process must be directed to the Project

Manager.

4.2 Requests for clarification or further information4.2.1 Any questions or requests for further information or clarification of the RFT (or any other

document issued in connection with the Tendering Process) must be submitted via the Tenders Vic online forum or to the Project Manager in writing, preferably by email.

4.2.2 Any communication by a Tenderer to GMW will be effective upon receipt by the Project Manager (provided such communication is in the required format).

4.2.3 GMW may restrict the period during which it will accept questions or requests for further information or for clarification and reserves the right not to respond to any question or request, irrespective of when such question or request is received.

4.2.4 Except where GMW is of the opinion that issues raised apply only to an individual Tenderer, questions submitted and answers provided will be made available on the Tenders Website to all Tenderers without identifying the person or organisation having submitted the question. In all other cases, GMW may deliver any written notification or response to a Tenderer by leaving or delivering it to the address of the Tenderer (as notified to the Project Manager).

DM#4107343 Page | 6

Page 8: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

4.2.5 A Tenderer may, by notifying the Project Manager in writing, withdraw a question submitted in accordance with this clause 4.2 (Requests for Clarification or Further Information) in circumstances where the Tenderer does not wish GMW to publish its response to the question on the Tenders Website.

4.3 Unauthorised communications4.3.1 Communications (including promotional or advertising activities) with staff of GMW or consultants

assisting GMW with the Tendering Process are not permitted during the Tendering Process except as provided in clause 4.2 (Requests for Clarification or Further Information) above, or otherwise with the prior written consent of the Project Manager. Nothing in this clause 4.3 (Unauthorised Communications) is intended to prevent communications with staff of, or consultants to, GMW to the extent that such communications do not relate to this RFT or the Tendering Process.

4.3.2 Tenderers must not otherwise engage in any activities that may be perceived as, or that may have the effect of, influencing the outcomes of the Tendering Process in any way.

4.3.3 Unauthorised communications with such persons may, in the absolute discretion of GMW, lead to disqualification of a Tenderer.

4.4 Improper assistance4.4.1 Tenderers must not seek or obtain the assistance of employees, agents or contractors of GMW or

the State in the preparation of their Tenders. In addition to any other remedies available to it under law or contract, GMW may, in its absolute discretion, immediately disqualify a Tenderer that it believes has sought or obtained such assistance.

4.5 Anti-competitive conduct4.5.1 Tenderers and their respective officers, employees, agents and advisers must not engage in any

collusion, anti-competitive conduct or any other similar conduct with any other Tenderer or any other person in relation to:

(a) the preparation or lodgement of their Tender;

(b) the evaluation and clarification of their Tender; and

(c) the conduct of negotiations with GMW,

in respect of this Tendering Process.

4.5.2 For the purposes of clause 4.5.1, collusion, anti-competitive conduct or any other similar conduct may include disclosure, exchange and clarification of information whether or not such information is confidential to GMW or any other Tenderer or any person or organisation.

4.5.3 In addition to any other remedies available to it under law or contract, GMW may, in its absolute discretion, immediately disqualify a Tenderer that it believes has engaged in any collusive, anti-competitive conduct or any other similar conduct in respect of this Tendering Process.

4.6 Complaints about Tendering Process4.6.1 Any complaint about the RFT or the Tendering Process must be submitted to the Project Manager

in writing immediately upon the cause of the complaint arising or becoming known to the Tenderer. The written complaint must set out:

(a) the basis for the complaint (specifying the issues involved);

(b) how the subject of the complaint (and the specific issues) affect the person or organisation making the complaint;

(c) any relevant background information; and

DM#4107343 Page | 7

Page 9: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

(d) the outcome desired by the person or organisation making the complaint.

4.6.2 If the matter relates to the conduct of a department official, the complaint should also be brought to the attention of the Project Sponsor.

4.7 Conflict of Interest4.7.1 A Tenderer must not, and must ensure that its officers, employees, agents and advisers do not

place themselves in a position that may or does give rise to actual, potential or perceived conflict of interest between the interests of the State and the Tenderer’s interests during the Tendering Process.

4.7.2 The Tenderer’s Response in RFT Part D requires Tenderers to provide details of any interests, relationships or clients which may or do give rise to a conflict of interest in relation to the supply of Goods or Services under any contract that may result from this RFT.

4.7.3 If the Tenderer submits its Tender and a conflict of interest arises, or is likely to arise, which was not disclosed in the Tender, the Tenderer must notify GMW immediately in writing of that conflict.

4.7.4 GMW may disqualify a Tenderer from the Tendering Process if the Tenderer fails to notify GMW of the conflict as required.

5. Submission of Tenders

5.1 Lodgement5.1.1 Tenders must be lodged only by the means set out in item 1.7 of the Establishment Details of

RFT Part A.

5.1.2 Where the Reference Schedule requires or permits Tenders to be lodged in hard copy, packages containing the Tender must be marked with the information set out in clause 1.7.1 (Hardcopy lodgement) of RFT Part A and must be placed in the tender box at the address which is set out in clause 1.7.1 (Hardcopy lodgement) of RFT Part A.

5.1.3 Where the Reference Schedule requires or permits Tenders to be lodged via the Internet through the website nominated in clause 1.7.2 (Internet lodgement) of RFT Part A, Tenderers are deemed to accept the online user agreement applying to that website and must comply with the requirements set out on that website.

5.2 Late tenders5.2.1 Tenders must be lodged by the Closing Time. The Closing Time may be extended by GMW in its

absolute discretion by providing written notice to Tenderers.

5.2.2 Tenders lodged after the Closing Time or lodged at a location or in a manner that is contrary to that specified in this RFT will be disqualified from the Tendering Process and will be ineligible for consideration. However, a late Tender may be accepted where the Tenderer can clearly demonstrate (to the satisfaction of the Lead Department) that late lodgement of the Tender was caused by a system interruption in case of the eTender system or that access was denied or hindered in relation to the physical tender box or that a major/critical incident hindered the delivery of their tender documents and, in either case, that the integrity of the Tendering Process will not be compromised by accepting a Tender after the Closing Time.

5.2.3 The determination of the Lead Department as to the actual time that a Tender is lodged is final. Subject to clause 5.2.2, all Tenders lodged after the Closing Time will be recorded by the Lead Department and will only be opened for the purposes of identifying a business name and address of the Tenderer. The Lead Department will inform a Tenderer whose Tender was lodged after the Closing Time of its ineligibility for consideration. The general operating practice is for the late tender to be returned within 5 working days of receipt / within 5 working days after determination not to accept a late tender.

DM#4107343 Page | 8

Page 10: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

6. Tender Documents

6.1 Tenderers’ Responsibilities6.1.1 Tenderers are responsible for:

(a) examining this RFT and any documents referenced or attached to this RFT and any other information made available by GMW to Tenderers in connection with this RFT;

(b) fully informing themselves in relation to all matters arising from this RFT, including all matters regarding GMW’s requirements for the provision of the Goods and/or Services;

(c) ensuring that their Tenders are accurate and complete;

(d) making their own enquiries and assessing all risks regarding the RFT, and fully incorporating the impact of any known and unknown risks into their Tender; and

(e) ensuring that they comply with all applicable laws in regards to the Tendering Process (including Part 2 of the Fair Trading Act 1999).

6.2 Preparation of Tenders6.2.1 Tenderers must ensure that:

(a) their Tender is presented in the required format as set out in RFT Part D;

(b) all the information fields in RFT Part D are completed and contain the information requested;

(c) the pricing schedule Part E is completed;

(d) All other forms requiring signature are completed and attached;

Note to Tenderers: GMW may in its absolute discretion reject a Tender that does not include the information requested or is not in the format required.

6.2.2 Unnecessarily elaborate responses or other presentations beyond what is sufficient to present a complete and effective proposal are not desired or required. Elaborate artwork and expensive visual and other presentation aids are not necessary.

6.2.3 Word limits where specified should be observed and GMW reserves the right to disregard any parts of the Tender that significantly exceed the specified word limit.

6.3 Illegible content, alteration and erasures6.3.1 Incomplete Tenders may be disqualified or evaluated solely on the information contained in the

Tender.

6.3.2 GMW may disregard any content in a Tender that is illegible and will be under no obligation whatsoever to seek clarification from the Tenderer.

6.3.3 GMW may permit a Tenderer to correct an unintentional error in their Tender where that error becomes known or apparent after the Closing Time, but in no event will any correction be permitted if GMW reasonably considers that the correction would materially alter the substance of the Tenderer’s Response.

6.4 Obligation to notify errors6.4.1 If, after a Tenderer’s Response has been submitted, the Tenderer becomes aware of an error in

the Tenderer’s Response (including an error in pricing, but excluding clerical errors which would have no bearing on the evaluation of the Tender), the Tenderer must promptly notify GMW of such error.

DM#4107343 Page | 9

Page 11: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

6.5 Responsibility for Tendering Costs6.5.1 The Tenderer’s participation or involvement in any stage of the Tendering Process is at the

Tenderer’s sole risk, cost and expense. GMW will not be responsible for, nor pay for, any expense or loss that may be incurred by Tenderers in relation to the preparation or lodgement of their Tenders.

6.5.2 In addition to clauses 3.1.1 and 3.1.2, GMW is not liable to the Tenderer for any costs on the basis of any contractual, promissory or restitutionary grounds whatsoever as a consequence of any matter relating to the Tenderer’s participation in the Tendering Process, including without limitation, instances where:

(a) the Tenderer is not engaged to perform under any contract; or

(b) GMW exercises any right under this RFT or at law.

6.6 Disclosure of Tender contents and Tender information6.6.1 Tenders will be treated as confidential by GMW. The State will not disclose Tender contents and

Tender information, except:

(a) as required by law (including, for the avoidance of doubt, as required under the Freedom of Information Act 1982 (Vic) (FOI Act));

(b) for the purpose of investigations by the Australian Competition and Consumer Commission or other government authorities having relevant jurisdiction;

(c) to external consultants and advisers of GMW engaged to assist with the Tendering Process; or

(d) general information from Tenderers required to be disclosed by government policy.

6.7 Use of Tenders6.7.1 Upon submission in accordance with the requirements of clause 5 (Submission of Tenders) of

RFT Part A and clause 1.7 of the Establishment Details of RFT Part A, all Tenders become the property of GMW. Tenderers will retain all ownership rights in any intellectual property contained in the Tender. The submission of a Tender does not transfer to GMW any ownership interest in the Tenderer’s intellectual property rights, or give GMW any rights in relation to the Tender, expect as expressly set out below.

6.7.2 Each Tenderer, by submission of their Tender, is deemed to have licensed GMW to reproduce the whole, or any portion, of their Tender for the purposes of enabling GMW to evaluate the Tender.

6.7.3 Further, in submitting a Tender, the Tenderer accepts that GMW may, in accordance with the requirements of applicable Victorian Government policy, publish (on the internet or otherwise):

(a) the name of the successful or recommended Tenderer(s);

(b) the value of the successful Tender; and

(c) the Tenderer’s name together with the provisions of the contract generally.

6.8 Period of validity6.8.1 All Tenders must remain valid and open for acceptance for a minimum of 120 days from the

Closing Time. This period may be extended by mutual agreement between GMW and the Tenderer.

DM#4107343 Page | 10

Page 12: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

6.9 Status of Tender6.9.1 Each Tender constitutes an irrevocable offer by the Tenderer to GMW to provide the Goods

and/or Services required under, and otherwise to satisfy the requirements of, the Specification (RFT Part B of this RFT) on the terms and conditions of the Proposed Contract (subject to the Statement of Compliance contained in RFT Part D of this RFT).

6.9.2 A Tender must not be conditional on:

(i) board approval of the Tenderer or any related body corporate of the Tenderer being obtained;

(ii) the Tenderer conducting due diligence or any other form of enquiry or investigation;

(iii) the Tenderer (or any other party) obtaining any regulatory approval or consent;

(iv) the Tenderer obtaining the consent or approval of any third party; or

(v) the Tenderer stating that it wishes to discuss or negotiate any commercial terms of the contract.

6.9.3 GMW may, in its absolute discretion, disregard any Tender that is, or is stated to be, subject to any one or more of the conditions detailed above (or any other conditions).

6.9.4 GMW reserves the right to accept a Tender in part or in whole or to negotiate with a Tenderer in accordance with clause 8.4 (Unreasonable disadvantage) of RFT Part A.

6.10 Legal Entity6.10.1 Tenderers must provide proof of their legal status. A legal agreement/contract can only be entered

into by GMW with an agency or individual with legal status established under:

Associations Incorporation Act Co-operatives Act Corporations Law Health Services Act An Individual Act of Parliament Natural Person (person at least 18 years of age, with mental capacity to understand the agreement, not

under any order or bankrupt) Trustee Act

6.10.2 GMW prefers to deal with suppliers who have an Australian Business Number (ABN), unless there is clear evidence that the relevant supply is not assessable for income tax purposes (hobby or recreational interest).

6.11 Consortia6.11.1 Legal and management options available to consortia wishing to Tender, that are acceptable to

GMW are:

a) Incorporate as a single bodyb) Subcontracting by the Lead Agency to members of the Consortium.

6.11.2 Where the Tenderer is a consortium, the Tender must indicate which parts of the service it is proposed that each entity comprising the Consortium would provide and how the Contractor and Sub-contractor(s) would relate to each other to ensure full provision of the required service

7. Compliance with Specification and Proposed Contract

7.1 Compliance with Specification7.1.1 Under RFT Part D of this RFT, a Tenderer must submit a tabulated statement showing, in order of

the relevant clauses, its level of compliance with the Specification contained in RFT Part B of this RFT.

DM#4107343 Page | 11

Page 13: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

7.1.2 In particular, Tenderers must state if they will not comply with the Specification, or will only comply with the Specification subject to conditions. Full details of the non-compliance (including the nature and extent of the non-compliance and any reasons for such non-compliance) must be stated in the space provided in the tabulated statement contained in section 3 (Compliance with the Specification) of RFT Part D.

7.1.3 GMW is prepared to contemplate minor variations or departures from the Specifications proposed by Tenderers. However, Tenderers should note that significant or substantive variations or departures from the Specifications will not be viewed favourably unless the Tenderer is able to demonstrate to the satisfaction of GMW the necessity for such variations or departures.

Note to Tenderers: GMW will assume that a Tenderer’s Response complies in all relevant respects with the Specification unless the Tenderer states otherwise. Failure to notify GMW of any non-compliance may result in a Tenderer’s Response being disregarded.

7.1.4 For the purposes of this clause 7.1:

(a) Complies means that in all respects the Tenderer’s Response meets or otherwise satisfies all specified outputs, characteristics or standards.

(b) Will comply subject to conditions means that the specified outputs, characteristic or performance standard can only be met by the Tenderer subject to certain conditions.

(c) Will not comply means that the specified outputs, characteristic or performance standard is not met by the Tenderer’s Response.

7.2 Compliance with the proposed contract7.2.1 Under RFT Part D of this RFT, a Tenderer must also submit a tabulated statement, with

numbering corresponding to the relevant clauses, detailing its level of compliance with the Proposed Contract contained in RFT Part C of this RFT.

7.2.2 In particular, Tenderers must state if they will not comply with the Proposed Contract, or will only comply with the Proposed Contract subject to conditions. Full details of the non-compliance (including the nature and extent of the non-compliance and any reasons for such non-compliance) must be stated in the space provided in the tabulated statement contained in section 10 (Risk and insurance) of RFT Part D, together with any proposed amendments that would render the contractual provision acceptable to the Tenderer. No response is required in respect of a particular clause of the Proposed Contract where Tenderers will comply with the Proposed Contract. Only clauses that Tenderers will not comply with, or will only comply with subject to conditions should be noted in the tabulated statement.

7.2.3 GMW is prepared to contemplate minor variations or departures from the Proposed Contract proposed by Tenderers. However, Tenderers should note that significant or substantive variations or departures will not be viewed favourably unless the Tenderer is able to demonstrate the necessity for such variations or departures.

Note to Tenderers: GMW will assume that a Tenderer is able to and will in fact comply in all relevant respects with the Proposed Contract unless the Tenderer expressly states otherwise. Failure to notify GMW of any non-compliance may result in a Tenderer’s Response being disregarded.

7.2.4 For the purposes of this clause 7.2:

(a) Complies means that the Tenderer accepts the contractual provision in every respect (including the wording of the provision).

(b) Will comply subject to conditions means that the Tenderer will comply with the relevant contractual provision subject to certain specified conditions.

(c) Will not comply means that the Tenderer does not accept the contractual provision.

DM#4107343 Page | 12

Page 14: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

7.3 General7.3.1 Indefinite responses such as “noted”, “to be discussed” or “to be negotiated” are not acceptable.

7.3.2 Where the Tenderer is unwilling to accept a specified condition, the non-acceptance must be clearly and expressly stated. Prominence must be given to the statement detailing the non-acceptance. It is not sufficient that the statement appear only as part of an attachment to the Tender, or be included in a general statement of the Tenderer’s usual operating conditions.

7.3.3 An incomplete Tender may be disqualified or assessed solely on the information received with the Tender.

7.4 Alternative Tender7.4.1 A Tenderer may submit an alternative proposal. An alternative proposal will only be accepted if:

(a) the Tenderer also provides a conforming Tenderer’s Response; and

(b) the alternative proposal is clearly identified as an “Alternative Tender”.

7.4.2 An Alternative Tender may:

(a) not comply with the Specifications for the relevant Goods or Services due to inherent design or capability in the operation of the Goods or Services; or

(b) provide the Goods or Services in a manner different to that specified in RFT Part B of the RFT.

7.4.3 Tenderers are encouraged to offer options or solutions which may, in an innovative way, contribute to GMW’s ability to carry out its business in a more cost-effective manner. These may be related to:

(a) the outputs, functional, performance and technical aspects of the requirement; or

(b) minimisation of environmental impact;

(c) opportunities for more advantageous commercial arrangements

7.4.4 Any such options or solutions will be considered by GMW on a “commercial in confidence” basis if so requested by the Tenderer.

7.4.5 Where a Tenderer submits an offer which meets the requirements of the RFT in an alternative and practical manner, the Tender must also include any supplementary material (including such pricing and costing details as may be necessary to enable GMW to fully assess the financial impact of the alternative proposal), which demonstrates in detail that such an alternative will fully achieve and/or exceed all the specified requirements, together with references as to why the additional features may be advantageous.

7.4.6 GMW reserves the right to consider such offers on their merits or not to consider them at all.

8. Contract Disclosure Requirements

8.1 Freedom of Information8.1.1 The Government has a strong presumption in favour of disclosing contracts and, in determining

whether any clauses should be confidential, specific freedom of information principles (including a public interest test) will apply. However, if by agreement certain clauses are excised from public contracts, the Government cannot pre-empt the workings of the FOI Act or constrain the Auditor General's powers to secure and publish documents as he or she sees fit.

8.1.2 The Conditions of Tendering include a provision for the disclosure of contract information (refer clause 6.7 (Use of Tender) in RFT Part A dealing with “Use of Tenders”).

DM#4107343 Page | 13

Page 15: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

8.1.3 The provisions of the Proposed Contract in regard to confidentiality and disclosure should also be noted.

8.1.4 This provision is consistent with the Government's presumption of the full disclosure of contracts. Any non-disclosure of contract provisions must be justified by the successful Tenderer by applying the principles for exemption under the provisions of the FOI Act. Section 34(1) of the FOI Act provides that information acquired by an agency or a Minister from a business, commercial or financial undertaking is exempt under the FOI Act if the information relates to trade secrets or other matters of a business, commercial or financial nature and the disclosure would be likely to expose the undertaking unreasonably to disadvantage.

8.1.5 If a Tenderer wishes to withhold the disclosure of specific contract information, the Tenderer must clearly outline how the release of this information will expose trade secrets or expose the business unreasonably to disadvantage.

8.2 Environmental claimsGMW wishes to be informed of any claims made by Tenderers about the benefit, including environment benefits, of

the Goods or Services that are offered by them.

The environmental benefits of the Goods and/or Services being offered and/or the environmental benefits in their sourcing, production and manufacture, should be brought to the attention of GMW.

8.3 Trade secrets8.3.1 In considering whether specific information should be categorised as a trade secret, Tenderers

should assess:

(a) the extent to which it is known outside of the Tenderer’s business;

(b) the extent to which it is known by the persons engaged in the Tenderer’s business;

(c) any measures taken to guard its secrecy;

(d) its value to the Tenderer’s business and to any competitors;

(e) the amount of money and effort invested in developing the information; and

(f) the ease or difficulty with which others may acquire or develop this information.

8.4 Unreasonable disadvantage8.4.1 In determining whether disclosure of specific information will expose a Tenderer’s business

unreasonably to disadvantage, you should consider section 34(2) of the FOI Act. Broadly, you should consider:

(a) whether the information is generally available to competitors; and

(b) whether it could be disclosed without causing substantial harm to the competitive position of the business.

8.4.2 GMW will consider these applications in the Tender evaluation and negotiations with Tenderers.

9. Evaluation of Tenders

9.1 Evaluation process9.1.1 Following the Closing Time, GMW intends to evaluate the Tenders received. Tenders will be

evaluated against the Evaluation Criteria specified in clause 9.2 (Evaluation Criteria Format) of RFT Part A.

DM#4107343 Page | 14

Page 16: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

9.1.2 Without limiting GMW’s rights in the RFT, GMW may at any time during the Tendering Process choose to:

(a) shortlist one or more Tenderers;

(b) commence or continue discussions with all or some Tenderers without shortlisting any Tenderers; or

(c) accept one or more of the Tenders.

9.1.3 Unless the Evaluation Criteria explicitly require, GMW may, but is not in any way bound to, shortlist, select as successful, and accept the Tender offering the lowest price.

9.1.4 Should GMW choose to include a shortlisting stage in its evaluation process, GMW is not, at any time, required to notify Tenderers or any other person or organisation interested in submitting a Tender.

9.1.5 A Tenderer’s Response will not be deemed to be unsuccessful until such time as the Tenderer is formally notified of that fact by GMW. The commencement of negotiations by GMW with one or more other Tenderers is not to be taken as an indication that any particular Tenderer’s Response has not been successful.

9.2 Evaluation criteria format9.2.1 The evaluation criteria can be weighted to reflect the importance of project requirements noted in

RFT Part B of the Specifications.

9.2.2 In evaluating Tenderer’s Responses, GMW will have regard to:

(a) specific evaluation criteria identified in the list below;

(b) the overall value for money proposition presented in the Tenderer’s Response; and

(c) particular weighting assigned to any or all of the criteria specified in the table below (noting that any criteria for which a weighting has not been assigned should be assumed to have equal weighting)

DM#4107343 Page | 15

Page 17: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Evaluation criteria: Assessment method1) Technical Evaluation

Product Compliance with SpecificationsScored assessment (70%)

2) Operational Evaluation a) Implementation Capability

Scored assessment (20%)Project approach and planPast Performance and current workImplementation Capability & key resourcesTraining

b) Post implementation CapabilityScored assessment (10%)Service Compliance with Specifications

3) Commercial and Legal EvaluationFinancial Viability

Risk AssessedRisk and InsuranceCompliance with Proposed ContractConflict of InterestThird parties

4) FinancialCost

Value for Money AssessmentValue Add Proposition

5) Environmental CommitmentsEnvironmental PolicyEnvironmental Management System Satisfactory/Unsatisfactory

6) Occupational Health and SafetyResponses to OHS questionnaire Satisfactory/Unsatisfactory

9.2.3 For the purposes of clause 9.2.2, “value for money” is an evaluation of the relevant financial and non-financial costs and benefits of each submission including, but not limited to:

(a) The quality of the goods and services provided

(b) Fitness for purpose of the proposal

(c) Potential suppliers relevant experience and performance history

(d) Flexibility of proposal (including innovation and adaptability over the lifecycle of the procurement)

9.2.4 Value for money will be assessed on a ‘whole of life’ basis (including the transitioning-in, the contract term and the transitioning-out phases of the relationship between GMW and a Tenderer), with a view to long-term sustainability of the value for money proposition and with a focus on ensuring that value for money outcomes are promoted and protected following the conclusion of any contract that may result from this RFT.

9.2.5 Criteria specified as ‘mandatory’ must be met. Failure against these criteria will mean the submission is designated ‘non-compliant’: non-compliant submissions may be rejected without further consideration unless clearly indicated as alternative, and non-conforming proposals and documentation is provided that supports their validity in achieving the requirements of this project.

9.2.6 The scored assessment will evaluate tenderer responses against the following scale:

Score Interpretation

5 Excellent Response–

DM#4107343 Page | 16

Page 18: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Highly convincing and credible All claims strongly detailed and substantiated Clear understanding of GMW’s needs, objectives, steps,

flows and requirements Consistently demonstrates superior performance against all

aspects of the selection/evaluation criterion Exceeds the requirement particularly in critical areas

4 Fully Compliant Response – Convincing and credible All claims adequately detailed and substantiated Clear understanding of GMW’s needs, objectives, steps,

flows and requirement Meets all the requirement

3 Acceptable Response - Credible but in some areas unconvincing Acceptable understanding of GMW’s needs, objectives,

steps, flows and requirements Deficiencies are manageable Meets at least 80% of the requirement

2 Marginal Response - Barely convincing in many areas Has shortcomings and deficiencies in documentation or

other areas, not resolved by the Tenderer when clarification sought

Poor understanding of GMW’s needs, objectives, steps, flows and requirements in some areas

Meets at least 50% of the requirement

1 Unsuitable Response – Response is unconvincing in all areas Tenderer has provided minimal information or possesses

minimal capability or experience Minimal understanding of GMW’s needs, objectives, steps,

flows and requirements Fails to meet the requirement in the majority of areas

0 Non-Compliant Response - Submission did not meet/address the Evaluation criteria

9.3 Clarification of Tender9.3.1 GMW may seek clarification from and enter into discussions with any or all of the Tenderers in

relation to their Tender. GMW may use such information in interpreting the Tender and evaluating the cost and risk to the Lead Departing of accepting the Tender. Failure to supply clarification to the satisfaction of GMW may render the Tender liable to disqualification.

DM#4107343 Page | 17

Page 19: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

9.3.2 GMW is under no obligation to seek clarification of anything in a Tender and GMW reserves the right to disregard any clarification that GMW considers to be unsolicited or otherwise impermissible in accordance with the rules set out in this RFT Part A.

9.4 Discussion with Tenderers9.4.1 GMW may elect to engage in detailed discussions with any one or more Tenderers, with a view to

maximising the benefits of the RFT as measured against the evaluation criteria set out in clause 9.2 and fully understanding a Tenderer’s offer, including risk allocation.

9.4.2 As part of this process, GMW may request such Tenderer(s) to improve one or more aspects of their Tender, including any technical, financial, corporate or legal components.

9.4.3 In its absolute discretion, GMW may invite some or all Tenderers to give a presentation to GMW in relation to their submissions, including (where the RFT relates in whole or in part to Goods), a demonstration of the Goods.

9.4.4 GMW is under no obligation to undertake discussions with, or to invite any presentations from Tenderers.

9.4.5 In addition to presentations and discussions, GMW may request some or all Tenderers to:

(a) conduct a site visit;

(b) provide references or additional information; and/or

(c) make themselves available for panel interviews.

9.5 Best and final offers9.5.1 Tenderers or, where the Tendering Process involves a shortlisting process, shortlisted Tenderers,

may be invited by GMW to submit a best and final offer in relation to all or certain aspects of their respective Tenders.

9.5.2 GMW is under no obligation to give Tenderers the opportunity to submit a best and final offer. If GMW chooses to give Tenderers the opportunity to submit a best and final offer, it is under no obligation to give notification before the Closing Time that such opportunity will be given.

9.5.3 Notwithstanding the possibility that GMW may give Tenderers the opportunity to submit a best and final offer, Tenderers should be aware that GMW will, in conducting its evaluation of Tenders, rely on all information (including all representations) contained in such Tenders. Tenderers are therefore encouraged to submit their best and final offers in the first instance.

9.5.4 Any one or more Tenderers may be required to submit an executed contract based on the Tender as part of their best and final offer. Unless and until GMW executes such contract, submission of a contract capable of acceptance by GMW does not and will not be taken to give rise to a binding contract (express or implied) between a Tenderer and GMW.

10. Victorian Code and Victorian Guidelines (Not Applicable)

11. National Building Code (Not Applicable)

12. Successful Tenders

12.1 No legally binding contract 10.1.1 Selection as a successful Tenderer does not give rise to a contract (express or implied) between

the successful Tenderer and GMW for the supply of the Goods or Services. No legal relationship

DM#4107343 Page | 18

Page 20: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

will exist between GMW and a successful Tenderer for the supply of the Goods or Services until such time as a binding contract is executed by them.

12.2 Pre-contractual negotiations10.2.1 GMW may, in its absolute discretion, decide not to enter into pre-contractual negotiations with a

successful Tenderer.

10.2.2 A Tenderer is bound by its Tender (including the Statement of Compliance to the Proposed Contract forming part of the Tenderer’s Response) and, if selected as a successful Tenderer, must enter into a contract on the basis of the Tender without negotiation.

12.3 No Obligation to enter into contract10.3.1 GMW is under no obligation to appoint a successful Tenderer or Tenderers (as the case may be),

or to enter into a contract with a successful Tenderer or any other person, if it is unable to identify a Tender that complies in all relevant respects with the requirements of GMW, or if to do so would otherwise not be in the public interest. For the avoidance of any doubt, in these circumstances GMW will be free to proceed via any alternative process.

10.3.2 GMW may conduct a debriefing session for all Tenderers (successful and unsuccessful). Attendance at such debriefing session is optional.

12.4 Privacy Agreement10.4.1 The successful Tenderer will be required to sign the Privacy Agreement contained in the

Agreements Part C.

13. Additional Rules

13.1.1 Any rules governing the RFT or the Tendering Process in addition to those set out in this RFT Part A, are set out in clause 1.7 Additional Rules of RFT Part A.

14. Tenderer Warranties

14.1.1 By submitting a Tender, a Tenderer warrants that:

(a) in lodging its Tender it did not rely on any express or implied statement, warranty or representation, whether oral, written, or otherwise made by or on behalf of GMW, its officers, employees, agents or advisers other than any statement, warranty or representation expressly contained in the RFT;

(b) it did not use the improper assistance of Department employees or information unlawfully obtained from GMW in compiling its Tender;

(c) it is responsible for all costs and expenses related to the preparation and lodgement of its Tender, any subsequent negotiation, and any future process connected with or relating to the Tendering Process;

(d) it otherwise accepts and will comply with the rules set out in this RFT Part A of the RFT; and

(e) it will provide additional information in a timely manner as requested by GMW to clarify any matters contained in the Tender.

15. GMW’s Rights

15.1.1 Notwithstanding anything else in this RFT, and without limiting its rights at law or otherwise, GMW reserves the right, in its absolute discretion at any time, to:

DM#4107343 Page | 19

Page 21: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

(a) cease to proceed with, or suspend the Tendering Process prior to the execution of a formal written contract;

(b) alter the structure and/or the timing of the RFT or the Tendering Process;

(c) vary or extend any time or date specified in this RFT for all or any Tenderers or other persons;

(d) terminate the participation of any Tenderer or any other person in the Tendering Process;

(e) require additional information or clarification from any Tenderer or any other person or provide additional information or clarification;

(f) negotiate with any one or more Tenderers and allow any Tenderer to alter its Tender;

(g) call for new Tenders;

(h) reject any Tender received after the Closing Time;

(i) reject any Tender that does not comply with the requirements of this RFT; or

(j) consider and accept or reject any alternative tender

16. Governing Law

16.1.1 This RFT and the Tendering Process is governed by the laws applying in the State of Victoria.

16.1.2 Each Tenderer must comply with all relevant laws in preparing and lodging its Tender and in taking part in the Tendering Process.

17. Interpretation

17.1 Definitions17.1.1 In this Request for Tender, unless a contrary intention is apparent:

Business Day means a day which is not a Saturday, Sunday or public holiday (being a public holiday appointed as such under the Public Holidays Act 1993 (Vic)) in Melbourne.

Closing Time means the time specified as such in clause 1.4 (Indicative Timetable) of RFT Part A by which Tenders must be received.

Evaluation Criteria means the criteria set out in clause 9.2 (Evaluation Criteria Format) of RFT Part A.

Goods means the goods or other products required by GMW, as specified in RFT Part B of this RFT.

Intellectual Property Rights includes copyright and neighbouring rights, and all proprietary rights in relation to inventions (including patents) registered and unregistered trademarks (including service marks), registered designs, confidential information (including trade secrets and know how) and circuit layouts, and all other proprietary rights resulting from intellectual activity in the industrial, scientific, literary or artistic fields.

Department means the government department or agency (as specified in clause 1.1 (Department) of RFT Part A) responsible for the Tendering Process.

Project Manager means the person so designated in clause 1.3 (Project Manager and Project Sponsor) of RFT Part A.

Project Sponsor means the person so designated in clause 1.3 (Project Manager and Project Sponsor) of RFT Part A.

DM#4107343 Page | 20

Page 22: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Proposed Contract means the agreement and any other terms and conditions contained in or referred to in RFT Part C of this RFT.

Reference Schedule means the schedule so designated forming part of RFT Part A of this RFT.

Request for Tender or RFT means this document (comprising each of the parts identified in clause 2 Rules governing this RFT and the Tendering Process of this RFT Part A) and any other documents so designated by GMW.

Services means the services required by GMW, as specified in RFT Part B of this RFT.

Specification means any specification or description of GMW’s requirements contained in RFT Part B of this RFT.

State means the Crown in right of the State of Victoria.

Statement of Compliance means the statement forming part of a Tender indicating the Tenderer’s compliance with the Specification and the Proposed Contract.

Tender means a document lodged by a Tenderer in response to this RFT containing an offer to provide Goods and/or Services in accordance with the Specification.

Tenderer means a person or organisation that submits a Tender.

Tendering Process means the process commenced by the issuing of this Request for Tender and concluding upon formal announcement by GMW of the selection of a successful Tenderer(s) or upon the earlier termination of the process.

Tenders Website means the website administered by the Victorian Department of Treasury and Finance located at universal resource locator www.tenders.vic.gov.au.

17.2 Interpretation17.2.1 In this RFT, unless expressly provided otherwise:

(a) a reference to:

i) “includes” or “including” means includes or including without limitation; and

ii) “$” or “dollars” is a reference to the lawful currency of the Commonwealth of Australia; and

(b) if a word or phrase is defined its other grammatical forms have corresponding meanings.

17.3 Inconsistency17.3.1 If there is any inconsistency between any part of this RFT, a descending order of precedence

must be accorded to:

(a) the conditions of tendering in Part A of this RFT and any annexes or attachments;

(b) the Tenderer’s response in Part D of this RFT;

(c) the Proposed Contract in Part C of this RFT;

(d) any other part of this RFT,

so that the provision in the higher ranked document, to the extent of the inconsistency, prevails.

DM#4107343 Page | 21

Page 23: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART B – SPECIFICATION

1. Summary of Requirements

1.1 PinkVERIFY v3.1 CertificationEvidence of PinkVERIFY v3.1 Certification for the following ITIL v3 processes is MANDATORY: Incident Management Request Fulfilment Problem Management Service Catalogue Management Change Management Service Level Management Knowledge Management

Submissions from Tenderers with a proposed solution that includes a system not ITIL v3 PinkVERIFY v3.1 certified for these processes will be deemed as non-compliant and therefore unsuccessful, subject to paragraph 9.2.5 above.

1.2 Solution MethodAssessment of the tenderers proposal will reflect GMW’s preference for a solution that predominantly

meets business requirements ‘Out of the Box’ over those that require configuration or bespoke development/assembly.

For the purposes of this tender the following definitions apply:

‘Out of the Box’ means any functionality that currently exists and is fit for purpose immediately a) after installation or b) after installation and configuration via simple parameters by a non-technical business user.

Configuration means any functionality that currently exists and is fit for purpose after configuration by a technical or support business resource using non-programming techniques e.g. scripting

Bespoke means any functionality that has yet to be built, tested and productised or that requires assembly by a third party with a high level of technical skill e.g. a software developer

1.3 Business Requirement Specification

Note: Tenderers should state the compliance to the requirements in the tender response (RFT Part D).

1.4 Other Informationa) Suppliers should note the below key information while responding to this Tender:

b) The following deliverables are mandated as “Project deliverables” for this project:

- Detailed Implementation Plan

DM#3612774 Page | 22

Page 24: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

- Technical specifications- System design document- Test Plans and Test case documents- User guides and Training documentation- Operation procedure/Handover documents

c) In addition to the above deliverables, the supplier should provide adequate project status reports to report the progress of the project. Project reporting will follow Prince2 Project Management Methodology. The type of reports and frequency can be discussed and mutually agreed between GMW and the successful Service Supplier

Note 1: All the above documents are the standard deliverables pertinent to any software implementation. The extent of documentation will be decided jointly by Goulburn-Murray Water and the Supplier during Project planning and implementation stage.

Note 2: Suppliers are encouraged to provide a comprehensive list of deliverables in the response to this tender.

Note 3: It is preferable that the selected system will be expanded to provide Enterprise Service Management in the future. While this is not in scope or a deliverable of this tender, information pertaining to the proposed solutions expansion to provide Enterprise Service Management would be valued.

DM#4107343 Page | 23

Page 25: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART C – PROPOSED CONTRACT

DM#4107343 Page | 24

Page 26: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART D – TENDERER’S RESPONSE

Tender document

In the case of electronic lodgement of this RFT, Tenderers must provide an electronic copy of the Tenderer’s Response in Microsoft Office 2010 format, submitted in accordance with the Conditions of Tender.

All responses must be provided within the specified boxes and must respond to the Specification (Part B) and Proposed Contract (Part C) in accordance with the Conditions of Tendering (Part A).

Include the name of the Tenderer in the footer of the Tender.

All documents must be virus checked by the Tenderer before lodgement.

GMW

Request for Tender for Procurement and installation of ITSM toolset

I/we accept the provisions contained in the Conditions of Tendering.

Name:

Title:

Signature of Tenderer’s Authorised Officer:

Date:

Tenderer’s Information

Name of Tenderer and address of registered office:

Place of registration:

Australian Company Number (or equivalent):

Australian Business Number (or equivalent):

Registered for GST?

Principal office in Victoria (if any):

Telephone: Mobile:

Facsimile:

DM#4107343 Page | 29

Page 27: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Email:

Number of full time employees in the organisation.:

Is Payroll Tax paid by the organisation?

Name and title of Tenderer’s authorised agent:

DM#4107343 Page | 30

Page 28: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Product Requirements Response

Please complete all worksheets within the attached requirements document with explanation for how the product meets the required specification.

Tenderers should indicate, for each answer, whether they believe their proposed solution is Compliant, Partially compliant or Non-compliant with the requirement together with the solution method by which the predominant part of the solution will be delivered.

DM#4107343 Page | 31

Page 29: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

a) Professional Competence

Compliance with the SpecificationA Tenderer must provide a tabulated statement showing clearly, and in order of the relevant sections, its level of compliance with Part B (Specification). Refer section 7.1, Part A (Conditions of Tender) for further instructions.Note: No response is required in respect of a particular section of the Specification where a Tenderer will comply with that section.

SectionCompliance StatementTenderers should clearly state their compliance to the individual requirements available in RFT PART B.

Note: Tenderers can cross reference the appropriate section of the RFT response document to state the level of compliance

Tenderers should clearly state their compliance to the individual requirements available in RFT PART B in the Tender response

Explanation / Comment[Note to Tenderers:Where the tenderer has selected “Partially Compliant”, Tenderers should state the applicable conditions and the reason why those conditions are applicable.

Where the tenderer has selected “Does not comply” Tenderers should state the reasons for such non-compliance.

In both cases, the nature and extent of non-compliance must be clearly stated.

Alternative TenderWhere a Tenderer also submits an Alternative Tender, it must include any supplementary material, together with associated prices, which demonstrates in detail that such an alternative will fully achieve and/or exceed all the specified outputs or functional and performance requirements together with references as to why the additional features may be advantageous. The details should be cross referenced to the appropriate clause number in the Specification.Word limit – [250] words

DM#4107343 Page | 32

Page 30: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Vendor and Product ProfileNote: Tenderers can include this table in their response and cross reference the appropriate section of the RFT

response document that answers this question.

Product DetailsLatest release number and release dateNext major release number and expected release dateTotal number of live AU clients running the supported releases greater than 1,000 worker per week/ fortnight

Resource ProfileTotal AUS, NZ headcount associated with the proposed solution (do not include employees associated with outsourcing or other applications) dissected by:

Business development, Management and Administration

Professional services including all support-based services (technical and functional) by country (AU)

Product development including release management and testing including Research and Development

All other

FTE of Victorian-based, client-facing consultants (exclude contractors)Victorian-based (government/ state owned corporation) user groups – membership and frequencyCredit Rating (public companies only)

Vendor Capability

Knowledge of and experience in the industry:Provide details of your organisation’s knowledge and experience in the industry, as it applies to the required Goods and/or Services.

.

Approach & Methodologya) Provide details of the methodology you propose to use to deliver this project with particular reference to how your approach meets the implementation capability requirements IC 1.0-8.4 within RFT Part B – Specification: Business requirement specification.

Note: Tenderers can cross reference the appropriate section of the RFT response document that answers this question.

DM#4107343 Page | 33

Page 31: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

b) Provide details of the proposed project planning and tracking arrangements to be implemented in the provision of the Goods or Services, in particular meeting deadlines.

Personnel: Quality and Availabilitya) Provide a brief curriculum vitae for each member of staff you are proposing for the work including details of qualifications, experience and skills of the methodology you propose to use to deliver this project.

Customer Servicea) Provide details of customer service approach and client engagement

b) Provide details of maintenance and support arrangement

c) Provide details on the training arrangements considered for this project

Quality Management MethodologyProvide details on the Quality management process used for project deliveryTimeframesProvide a high level project plan to deliver the project

ReferencesImplementation Details Australian client

(recent implementation)Australian client(Long-term client)

Client organisation name and contact detailsProject brief/ scope – list modules (T&A, award interpretation, payroll, billing, receipting ) and related third party products

List countries included in the implementation

High-level employee numbers by country paid through the application e.g. AUS 5,000, NZ 1,000

Release/ version number implemented (incl. enhancement pack #)

Vendor’s project role e.g. prime contractor, joint partner, sub-contractor

Other vendors involved in the implementation e.g. implementation partners and software vendors

Provide a summary of any

DM#4107343 Page | 34

Page 32: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

interfacing e.g. SCCM, Maximo, Active Directory

Infrastructure and software hosting model ( on-premise, vendor hosted and alike)

Implementation timeframes

Lessons learntNote: GMW reserves the right to contact any of the Tenderer’s

previous customers.

Cloud Assessment Questionnaire (applicable for non-GMW hosted solution) A Tenderer must provide a response to the Cloud Assessment Questionnaire available in Part F.

Note: Tenderers can cross reference the appropriate section of the RFT response document that answers this question.

Commercials

Financial viabilityTenderers are required to demonstrate that they have the financial capacity to provide, over the term of the contract, all the requirements specified in this RFT. Accordingly, you are required to provide the following information.If the answer to any of the following questions is “yes”, provide an explanation.(a) Are there any significant events,

matters or circumstances which have arisen since the end of the last financial year which may significantly affect the operations of the Tenderer?

(b) Are there any mergers/acquisitions either recent (within the past 12 months) or which are imminent?

(c) Are there any proceedings, either actual or threatened, against the Tenderer, its parent or associated entities or any director of the Tenderer, its parent or associated entities or have there been any such proceedings within the past five years? If so, what (if any) remedial action has been taken in respect of such proceedings?

(d) Are there any bankruptcy actions against a director of the Tenderer, its parent or associated entities, or has there been within the past five years?

(e) Are there any de-registration actions against the Tenderer, its parent or associated entities on foot, or have there been any within the past five

DM#4107343 Page | 35

Page 33: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

years?

(f) Are there any insolvency proceedings, actual or threatened (including voluntary administration, application to wind up, or other like action) against the Tenderer, its parent or associated entities on foot, or have there been any within the past five years?

(g) Is the Tenderer, its parent or associated entities currently in default of any agreement, contract, order or award that would or would be likely to adversely affect the financial capacity of the Tenderer to provide the Goods and/or Services contemplated by this RFT?

(h) Are there any other factors which could adversely impact on the financial ability of the Tenderer to successfully perform the obligations contemplated by this RFT?

(i) Is the Tenderer solvent and able to meet its debts as and when they fall due in the normal course of business?

In addition to the information required above, Tenderers are required to undertake to provide to GMW (or its nominated agent) upon request all such information as GMW reasonably requires to satisfy itself that Tenderers are financially viable and have the financial capability to provide the Goods and/or Services for which they are tendering and to otherwise meet their obligations under the Proposed Contract.

Provide your undertaking to comply with this request.

Risk and insuranceSchedule of insurance informationProvide details of all relevant insurances maintained by the Tenderer.

Name of insurance companies:

Policy type (eg public liability, professional indemnity, etc):

Policy number(s):

Expiry dates:

Limit of liability:

Relevant exclusions:

Name of insurance companies:

Policy type (eg public liability, professional indemnity, etc):

Policy number(s):

Expiry dates:

Limit of liability:

DM#4107343 Page | 36

Page 34: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Relevant exclusions:

Name of insurance companies:

Policy type (eg public liability, professional indemnity, etc):

Policy number(s):

Expiry dates:

Limit of liability:

Relevant exclusions:

Name of insurance companies:

Policy type (eg public liability, professional indemnity, etc):

Policy number(s):

Expiry dates:

Limit of liability:

Relevant exclusions:

Risk management strategiesProvide details of all risk management strategies and practices of the Tenderer that would be applicable or relevant in the context of the supply of the Goods or Services.

Compliance with the Proposed ContractA Tenderer must provide a tabulated statement showing clearly, and in order of the relevant clauses, its level of compliance with Part C (Proposed Contract). Refer section 7.2, Part A (Conditions of Tender) for further instructions.Note: No response is required in respect of a particular clause of the Proposed Contract where a Tenderer will comply with that clause.Clause number Compliance Statement

[Note to Tenderers: The cells in this column need to state one of the following:Will comply subject to conditions; orWill not comply.

Explanation/Comment

[Note to Tenderers: Where the statement in column 2 is “Will comply subject to conditions”, Tenderers should state in this column 3 the applicable conditions and the reason why those conditions are applicable.Where the statement in column 2 is “Will not comply” Tenderers should state in this column 3 the reasons for such non-compliance.In both cases, the nature and extent of non-compliance must be clearly stated, together with any amendments that would make the relevant clause acceptable to the Tenderer.

DM#4107343 Page | 37

Page 35: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Conflict of interestProvide details of any interests,

relationships or clients which may or do give rise to a conflict of interest and the area of expertise in which that conflict or potential conflict does or may arise and details of any strategy for preventing conflicts of interest.

Outline the processes you have in place to handle any future conflict of interest (actual or perceived).

Financial

CostsPricing schedule with detailed -

customisation and breakdown costs including milestone payment schedule

Please refer to PART E of the Tender document

Environmental CommitmentsMinimising the environmental impacts of these processes and quantifying the results are key

Government priorities. Tenderers may be asked to demonstrate their commitment to improving the sustainability of their operations. All goods and services have some impact on the environment through their production and provision or from their interface with the environment. An environmental management assessment of a Tenderer may be conducted by or on behalf of GMW.

Sub Criteria Tenderer’s Response1 Does your organisation have an

environmental policy? Yes - Attach Copy No - Go to 3 Under development (expected completion date

__/__/__)

2 Does your organisation have an environmental management system?

Yes - Certified or attach copy No - Go to 3 Under development (expected completion date

__/__/__)

3 If the response was NO to 1 and/or 2:

DM#4107343 Page | 38

Page 36: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

What approach is your organisation taking towards environmental issues?

4 Has your organisation undertaken any other initiatives in reducing your environmental impact?

5 Has any form of enforcement action relating to the environment been taken against your organisation in the last 2 years and what remedial action was implemented?

Word limit – [100] words

Occupational Health and SafetyIt is a condition of tendering that all Tenderers are required to complete the Occupational Health and Safety Questionnaire (RFT Part G) demonstrating that they meet the OHS requirements required by GMW.Tenderers who do not comply with a request to provide Part E within the timeframes specified by GMW will be disqualified from the Tendering Process.Response required: Understood and agreed.

Any other mattersI. Detail any matters which have not

been covered in previous sections, and you believe need to be taken into consideration when your Tender is evaluated.

Disclosure of Contract InformationThe Conditions of Tender include a provision for disclosure of contract information (refer Attachment A to this Part D). Identify any information in your Tender which you consider falls within the following categories and which you consider should not be published.

(a) Trade secrets.

(b) Unreasonable disadvantage.

DM#4107343 Page | 39

Page 37: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

DM#4107343 Page | 40

Page 38: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Attachment A

Contract disclosureThe Government has a strong presumption in favour of disclosing contracts and, in determining whether any clauses should be confidential, specific freedom of information principles (including a public interest test) will apply. However, even if certain clauses are excised from public contracts, the Government cannot pre-empt the workings of the Freedom of Information Act 1982 (Vic) or constrain the Auditor General's powers to secure and publish documents as he or she sees fit.The Conditions of Tendering include a provision for the disclosure of contract information (refer section in Part A of the RFT dealing with “Use of Tenders”). The provisions of the Proposed Contract in regard to confidentiality and disclosure should also be noted.This provision is consistent with the Government's presumption of the full disclosure of contracts. Any non-disclosure of contract provisions must be justified by the successful Tenderer by applying the principles for exemption under the provisions of the FOI Act. Section 34(1) of the FOI Act provides that information acquired by an agency or a Minister from a business, commercial or financial undertaking is exempt under the FOI Act if the information relates to trade secrets or other matters of a business, commercial or financial nature and the disclosure would be likely to expose the undertaking unreasonably to disadvantage.If a Tenderer wishes to withhold the disclosure of specific contract information, the Tenderer must clearly outline how the release of this information will expose trade secrets or expose the business unreasonably to disadvantage.Trade secretsIn considering whether specific information should be categorised as a trade secret, Tenderers should assess: the extent to which it is known outside of the Tenderer’s business; the extent to which it is known by the persons engaged in the Tenderer’s business; any measures taken to guard its secrecy; its value to the Tenderer’s business and to any competitors; the amount of money and effort invested in developing the information; and the ease or difficulty with which others may acquire or develop this information.

Unreasonable disadvantageIn determining whether disclosure of specific information will expose a Tenderer’s business unreasonably to disadvantage, you should consider section 34(2) of the FOI Act. Broadly, you should consider: whether the information is generally available to competitors; and whether it could be disclosed without causing substantial harm to the competitive position of the

businessGMW will consider these applications in the Tender evaluation and negotiations with Tenderers.

DM#4107343 Page | 41

Page 39: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART E – PRICING SCHEDULE

Tenderers can cross reference the appropriate section of the RFT response document that addresses the pricing schedule. However, at minimum tenderers should provide the following information as part of the pricing schedule in the response:

a) Configuration and customisation breakdown costs where possible

b) Itemised Costs for Implementation, Migration and Go-Live support

c) Contingency costs if included

d) Travel, accommodation and other out of pocket expense rates “based on Victorian Government allowed rates”

e) Preferred payment terms

f) Milestone Payments and breakdown

g) Clearly stated assumptions

h) Costs associated with On-Premise and/or Cloud based solutions (separately)

i) Itemised yearly maintenance, support and licensing costs over five (5) years

DM#4107343 Page | 42

Page 40: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART F – CLOUD ASSESSMENT QUESTIONNAIRE

Note: 1. Please complete the attached Cloud Assessment Questionnaire for Tenderers who propose a Vendor

hosted solution.2. These are an initial set of standard questions for Cloud Assessment. If required, GMW may send you a

further detailed questionnaire specific to the solution.

DM#4107343 Page | 43

Page 41: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART G – OCCUPATIONAL HEALTH & SAFETY

Note to Tenderer:Only complete and submit this attachment if you have been expressly requested to do so.

Contractor OHS Management System Questionnaire – High Risk

This questionnaire forms part of GMW’s tender evaluation process and is to be completed by prospective contractors and submitted with their tender offer. The objective of the questionnaire is to provide an overview of the status of the proposed contractor’s OHS management system or OHS plan. Prospective contractors will be required to verify their responses recorded in their questionnaire by providing evidence of their ability and capacity to comply with the elements identified.

Contractor Name: ......................................................................................................

Signed: …………………………………………… Name: ………………………………

Position: ……………………………………………Date: ………/………/………

Contract Description:...............................................................................................................

………………………………………………………………………………………………

ELEMENT Yes No1. OHS Policy and ManagementDo you have an OHS Management System or Plan?The company OHS Manual or Plan should include as a minimum:

Occupational health and safety policy; Management health and safety responsibilities; General occupational health and safety

procedures; Safe operating procedures relevant to the

company operations; Public safety procedures; Induction and training procedures; Issue resolution and OHS consultation

mechanisms; and

DM#4107343 Page | 44

Page 42: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

OHS Management of Subcontractors.Is your OH&S System certified?Certification demonstrates that the potential contractor meets minimum standards, verified by an independent party. These may include:

SafetyMAP (three levels of certification); NSCA 5 Star System; International Safety Rating System; or AS4801 System.

Certificates should be available for perusal.

Yes NoCompany Health & Safety Policy

Do you have a written OH&S Company Policy that contains the following:

Signature of the CEO or equivalent; A clear statement of objectives; A commitment to improve performance; Relevance to company operations; and An undertaking to review the system or plan on

a regular basis?Are your Health and Safety Responsibilities defined?

Health and safety responsibilities in the company should be documented and may comprise:

OHS responsibility statements; Part of employee’s job description; and Part of formal and informal performance appraisal.

Supervisors / Team Leaders should be formally held accountable for the health and safety performance of their employees.2. Contractor Induction and Safety TrainingDo you have a training program that demonstrates the following:

Records of training and competencies of employees (licences, permits, certificates);

Records of ‘on the job’ training; Tool box meetings conducted; and Induction.

3. Subcontractor ManagementDo you have a system to monitor subcontractor’s compliance with your OHS System?Please show evidence.Do you have Safe Work Method Statements, Job Safety Analyses or procedures in place for this tender for the following:

DM#4107343 Page | 45

Page 43: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

High risk construction work (SWMS) Selection of contractors; Monitoring of work undertaken by contractors; Purchasing and delivery of materials; Delivery and handling of hazardous substances;

and Ensuring Subcontractors comply with their specific

Safety Management Plan.Where applicable, please provide one example for each above element.

Yes No4. Safe Operating Practices and ProceduresStandard Operating Procedures

Have you prepared standard operating procedures or specific safety instructions which?

Are relevant to company operations; Contain a description of the tasks and associated

hazards; Outline control measures and methods to minimise

health and safety risks; and Refer to any relevant OHS Acts, Regulations,

Compliance Codes or Australian Standards.

Safe Work Permits

Do you have a safe work permit system that states control measures for the following types of work?

Work in Confined Spaces (Confined Space Entry Permit);

Asbestos Removal; Hot Work (Hot Work Permit); and Lock out permit (plant, electrical systems, steam).

Plant / Equipment Safety

Do you have a plant safety program in place for the identification of hazards, assessment of risks and the implementation of control measures associated with all plant / equipment? This may include:

Documented risk assessments for relevant plant or risk assessment procedure;

Copies of each plant operator licence, certificate or permits;

Register of plant requiring registration that includes motor vehicles;

DM#4107343 Page | 46

Page 44: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

List of persons responsible for undertaking plant risk assessments;

Plant maintenance and inspection forms; Pre-start daily safety inspection forms for plant;

and Plant fault reporting system and forms.

Yes No

Hazardous Substances

Do you have the following? A manifest or register of chemicals used by the

company; Safe handling and storage procedures, including

personal protective equipment and secondary containment;

Material Safety Data Sheets for chemicals used; Relevant training documentation; and The names and quantities of all hazardous

substances required for the activities in this tender.Please provide examples.

Manual HandlingDo you have documented procedures to ensure that handling, storage, packaging and delivery of plant and materials are carried out in accordance with legislative requirements and good OHS practice?Do you have the following:

Documented risk assessments for manual handling hazards; and

Systems used to control manual handling risks (eg: lifting aids, work procedures).

Please provide examples.Working at Heights/Falls HazardsDo you have the following:

Documented risk assessments for falls hazards; and Documented systems used to control the risk of falls

as per OHS Regulations 2007 and Compliance Code (Falls Prevention) eg (work from ground/solid structures, passive falls prevention device, work positioning systems, managing the use of a ladder).

Please provide examples.Noise ExposureDo you have the following:

Records of measurement of noise level emissions from plant/machinery in relation to the noise exposure standards;

Systems used to control the level of noise exposure to employees;

Methods of monitoring noise exposure during works; and

Where hearing protection is used, records of

DM#4107343 Page | 47

Page 45: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

audiometric testing.Please provide examples.

Yes NoHigh Risk WorkDo you have the following?

Current licences and certificates of competency of employees/subcontractors to perform high risk work as defined in the OHS Regulations: Schedule 3 - High risk work; and

Records of employees/subcontractors’ employees undergoing training with supervision.

Please provide examples.Workplace BullyingDo you have the following:

A workplace bullying prevention policy; A procedure for dealing with workplace bullying; and Records employees have been informed, instructed

and trained in the workplace policy and procedure for the prevention of bullying.

Please provide evidence. 5. Risk ManagementDo you have procedures for managing hazards and risks associated with this particular tender?Please provide the following evidence:

Risk Management Program that states hazard identification, assessment, control and review processes;

List of relevant hazards that have been identified, the assessment of the risks and satisfactory control measures identified (hazard register);

Workplace inspection schedules; and Preventative/Corrective actions tracking system.

Regular Inspections (if specified in contract)The potential contractor should provide evidence of:

Workplace inspection schedules; Completed inspection reports; and Types of inspections undertaken.

Standard Inspection ChecklistsDo you have inspection checklists that suitable for this contract?Please provide copies of checklists.Do you have an Incident Reporting and Investigation procedure?Please provide evidence of the following:

Incident reporting and investigation procedure; Incident report and investigation form; Completed investigation form; and A corrective action tracking system.

DM#4107343 Page | 48

Page 46: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Yes NoHazard ReportingDo your Hazard and Risk Procedures cover hazards and risks identified whilst working on this contract?Evidence may include:

Documented hazard reporting procedure and forms;

Hazard register; and Completed hazard reports.

6. Health and Safety Consultation / CommunicationDo you have a Consultation / Communication program in place for the employees working on contract?Evidence may include records which show:

Structure of committee; Meeting schedule; Minutes of meetings.

Employee ConsultationProvide evidence of:

List of employee health and safety representatives; Documented procedures for consultation and

dissemination of information; and Employee involvement in inspections and incident

investigations.

7. OHS Performance MonitoringDo you have a system for recording and analysing health and safety performance statistics?Evidence may include:

Reports on company health and safety injury trend data; and

Performance targets established (eg: lost time injuries, person days lost).

Health and Safety Performance InformationDoes your system include a reporting method that is available to the employees?Provide evidence of information provided to employees:

Records of who receives reports; and Types of reports produced.

Yes No8. Injury Management

DM#4107343 Page | 49

Page 47: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Injury Management System or Plan

Do you have an Injury Management System, Manual or Plan?Evidence may include:

Occupational Rehabilitation Program; Return to Work Policy; Roles and responsibilities for injury management;

and Induction and training materials.

Does the Manual or Plan include rehabilitation activities?

Provision of suitable duties; Provision of Return To Work Co-ordinators; Preferred rehabilitation provider identified; Process of providing suitable duties; Preferred medical centres and providers identified

for this contract; and Preferred local medical providers identified.

Insurance Policies

Copy of current Workers’ Compensation Policy provided, or:

Copy of Accident Insurance Policy; Copy of Professional Indemnity Insurance, and Copy of current Public Liability Insurance Policy

provided.

NAME OF PERSON COMPLETING FORM:___________________________

SIGNATURE: __________________________ DATE: _____________

DM#4107343 Page | 50

Page 48: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

Conviction of OHS&E Offence

Have you ever prosecuted under the Occupational Health & Safety Act in the last 15 years, if NIL, write NIL.

Nature and circumstance of incident Corrective action undertaken

Date of Prosecution

Details:

Print Name: ______________________ ______________________

Position: ______________________ ______________________

Company Name: ______________________ ______________________

Signature: ______________________ ______________________

DM#4107343 Page | 51

Page 49: Document title (see File>Properties) - files. Web viewif a word or phrase is defined its other grammatical forms have ... ITIL v3 PinkVERIFY v3.1 certified for these processes will

Tender # AGM291424

RFT PART H – GREEN POLICY QUESTIONNAIRE

To comply with the GMW Green Purchasing Policy (DM# 2005133) you are required to complete the following tender/quotation document questionnaire.

Name of Company: ……………………………………………………………….

1. Does your company operate under an Environmental Management System? Yes/No

2. If so, is your Environmental Management system certified to the AS/NZ ISO14001standard? If yes please provide current copy of certification.

Yes/No/NA

3. Does your company have an environmental policy?If yes please provide current copy

Yes/No

4. What actions does your company take to reduce its impact on the environment?

5. Do you have a staff member dedicated to environmental management?

If so please provide the title of their position ……………………………………

Yes/No

6. Does your company have a procedure for identifying, assessing and recording environmental risks?

Yes/No

7. Has your company ever been convicted of an offence under any Australian Environmental Law? If yes please provide details

Yes/No

8. Has your company ever been issued with an EPA notice? If yes please provide details

Yes/No

9. Briefly describe your company’s process for waste minimisation and recycling initiatives?

NOTE: Please attach any supporting evidence for your answers to this questionnaire

Signed ………………………… Date ………………………

Title …………………………

DM#4107343 Page | 52