tendering guide for presentation - · pdf filetendering guide – the city of charles...
TRANSCRIPT
Tendering GuideJanuary 2013
Tendering Guide – The City of Charles Sturt Page 2 of 16
TABLE OF CONTENTS
Why does the Council need to go out to tender?......................................................................................3
How do we provide tender opportunities?...............................................................................................3
How to target the best opportunities.......................................................................................................4
How to Submit a Tender ..........................................................................................................................4
Step 1 – Download the Tender Documents and Determine your suitability for the project .......................4
Step 2 ‐ Understanding the requirements ....................................................................................................5
Step 3 – Preparing your tender.....................................................................................................................5
Sell yourself ...............................................................................................................................................5
Be sure that your submission is compliant ...............................................................................................6
Evaluation Criteria.....................................................................................................................................6
Step 4 ‐ Lodging your tender.........................................................................................................................7
Submitting an “Alternative” offer.............................................................................................................7
Lodgement Requirements ........................................................................................................................7
What happens next?................................................................................................................................8
What is a conforming tender? ..................................................................................................................8
Non‐conforming tenders ..........................................................................................................................8
Evaluation Process ....................................................................................................................................8
Council requesting clarifications...............................................................................................................9
Negotiation ...............................................................................................................................................9
Awarding and Signing the Contract ..........................................................................................................9
Debriefing................................................................................................................................................10
Useful Links ...........................................................................................................................................11
Appendix A – Procurement Policy ..........................................................................................................12
Appendix B – Procurement Flowchart ....................................................................................................13
Appendix C – Tender Forms Guide .........................................................................................................14
Appendix D – Tenders Conformity Checklist...........................................................................................15
Appendix E – Tender Evaluation Worksheet...........................................................................................16
Tendering Guide – The City of Charles Sturt Page 3 of 16
Why does the Council need to go out to tender?
Each year, the Council spends around $60M on a wide variety of works, goods and services. It is important
that the Council obtains value for money when buying the goods, works and services it needs. By inviting
companies to submit competitive quotes and/or tenders the Council ensures that public money is spent in
a way that is fair, open, honest and accountable. The procurement for these projects vary in method,
relative to the risk, complexity and value of the project. These parameters and underlying principles for
procurement are established in Councils Procurement Policy (Appendix A) and the process for tender is
stepped out in Appendix B.
This guide covers approach to tendering only. Projects with a value <$50,000 and that are of low risk, will
undergo a written quotation process, as detailed in the City of Charles Sturt’s Procurement Policy.
How do we provide tender opportunities?
The two most common ways of accessing tender opportunities in the City of Charles Sturt are):
By direct invitation (generally for work between $50,000 ‐ $100,000 in value – known as Select
Tender)
By responding to an advertisement for public tender (>$100,000 in value – known as Open
Tender). These are advertised online on the SA Tenders and Contracts website
http://www.tenders.sa.gov.au and in the Tenderers section of Tuesdays ‘Advertiser’.
These are generally determined based on the values involved (which are established in Councils
Procurement Policy).
In addition to select and open tenders, the market approach may also include Expressions of Interest,
Registrations of Interest, or direct negotiation. A number of factors are considered when determining the
most appropriate method to seek submissions, including the potential value of the contract, capability of
the market, timeliness, and experience.
The City of Charles Sturt also accesses goods, works and services through strategic alliances where a third
party can demonstrate that they have already undertaken a competitive tendering process (or
alternatively we join the competitive process with a number of other organisations) with the aim to
achieve more strategic collaborative buying opportunities. These options include:
Council Solutions Group (formerly G6 Procurement) – which includes Adelaide City Council,
Charles Sturt, Tea Tree Gully, Marion, Onkaparinga, Salisbury
LGA Procurement (formerly Local Government Corporate Services)
Procurement Australia
State Government contracts
Tendering Guide – The City of Charles Sturt Page 4 of 16
How to target the best opportunities
Ensure that you are registered on the SA Tenders and Contracts Website to receive notification of
upcoming public tenders. You can set up a search to email you with relevant tenders once released
(by keyword, category, or even Council).
[Note: The SA Tenders and Contracts website has a useful Frequently Asked Questions section for
use of the site: https://www.tenders.sa.gov.au/tenders/faqs/browse.do#49]
Only tender for genuine and well matched opportunities relevant to your business.
Make sure you have the full capability and resources to deliver the project, and is cost effective to
provide.
Try not to underestimate or over‐commit your time and resources. Do not bid for a contract if you
are not sure you can deliver either to the specification or to your proposed offer.
How to Submit a Tender
Step 1 – Download the Tender Documents and Determine your suitability for the project
Read the tender documents very carefully. Check to ensure that you have all parts to the documents
before proceeding. The City of Charles Sturt is endeavouring to assist tenderers with clear documentation
and transparent processes – this is an ongoing process. Generally our documents consist of:
Conditions of Tender – provides instructions and rules to be followed during the tender process.
This forms a process contract and is to be adhered to.
Draft Conditions of Contract – provides the terms and conditions of the contract to which the
successful company and Council must adhere to and the duration of the contract.
Relevant Project Specification and/or Brief – provides a description of the works/goods/services
required and often background information about the Council or contract.
Any relevant drawings or plans – complements the project specification in specifying additional
requirements.
Relevant Council Policies – details Council specific requirements; and
Tender Forms to be completed – identifies specific information to be completed and nominates
additional items (supporting documentation) required.
Tendering Guide – The City of Charles Sturt Page 5 of 16
Step 2 ‐ Understanding the requirements
Make sure you read and understand what is being sought.
There may be parts that you may not understand. Don’t be afraid to seek clarification by
contacting the nominated Contact Officer detailed in the Conditions of Tender within the
timeframes specified. You will often be required to put these questions in writing.
[Note: that if you seek clarification and gain additional information from the tender
documentation, this will be provided to all potential respondents.]
Read all documentation and any addendum or clarification issued.
Understand the Conditions of Tender and what your requirements are to submit.
If you are unsure about Councils proposed contract, either discuss it with the contact nominated in the
tender advertisement or you can have the tender documents reviewed by your legal representative.
For new initiatives, or complex tenders, we may invite suppliers to a tender briefing session. Details of any
briefing will be listed in the Conditions of Tender document. On occasion a tender briefing may be
considered a mandatory requirement in order to tender for the project.
Step 3 – Preparing your tender
A well structured tender submission will create a good impression in the evaluation process. Tender
submissions that are poorly assembled and formatted may be seen as a negative reflection on your
organisation.
Sell yourself
Sell yourself as to why you are the best option. Address the Tender Evaluation Criteria stated in
the Conditions of Tender.
Identify any value added or innovation solutions that may be of interest to the City of Charles
Sturt. For example, are you sustainable in your business practices ‐ environmentally aware;
provide economic development in the north; social responsibility. Clearly identify this as value‐add
in your submission and provide pricing detail (if relevant).
Present your tender submission out in a user friendly, easy‐to‐read format – Further details of this
provided in Appendix C.
Tendering Guide – The City of Charles Sturt Page 6 of 16
Be sure that your submission is compliant
Follow the Conditions of Tender to provide everything required.
Address all criteria requirements.
Ensure that there are no errors or omissions.
Fully complete and sign the tender forms, and ensure supporting documentation requested is
provided eg. evidence of plans, policies, licenses, certificates of currency and any other items
requested. This will save the evaluation panel precious time searching for the information.
Evaluation Criteria
Tenders will be evaluated using a scoring mechanism. Prior to releasing a market approach, whether public
or selective, evaluation criteria (and relevant weightings) will already be established. We do this to ensure
that we are asking for the information that we wish to assess. Read the tender thoroughly and carefully
check whether your tender submission meets these criteria.
Tender documentation will identify high level criteria for your information and this will align with the
information sought in the Conditions of Tender – and may include criteria such as:
Financial, which may include;
o Price and Value for money;
o Financial capability of the Tenderer;
Past performance – cost, timeliness and quality performance;
Mechanisms for monitoring contractual performance;
OHS&W performance;
Demonstrated understanding of tender requirements and project methodology;
Management capability;
Resource availability (field and administrative personnel, plant and machinery);
Sub contractor suitability;
Relevant capability and experience in similar type of work (including local government
experience);
Quality Systems Deliverables;
Integrated Management System;
Environmental Management Systems;
Customer Service;
Timeframes for delivery of the project.
Tendering Guide – The City of Charles Sturt Page 7 of 16
Your bid will be assessed against the evaluation criteria, which will generally be weighted according to
their relative importance. Weightings are not identified, as we wish to see the best of all your service –
not just the high weighted criteria. Your tender response also forms part of the final contract, so the detail
is important in the ongoing contract management.
You must ensure that you have addressed the formal evaluation / selection criteria listed in the tender
document. Your tender submission will be evaluated by a panel. Each member of the panel may not have
much knowledge of you or your organisation and will usually have many submissions to evaluate. Please
do not assume that if you have provided services to the Council before that all evaluation panel members
will be aware of this.
Step 4 ‐ Lodging your tender
Once you have followed the steps in preparing your tender, you are now ready to lodge your submission.
Submitting an “Alternative” offer
Generally, we are seeking a specific outcome. The Conditions of Tender will identify requirements which
are quite prescriptive. Failure to address these requirements which will generally see your submission
identified as non‐conforming – and may run the risk of being eliminated from consideration.
Where you wish to submit an alternative offer, you must also lodge a compliant submission.
Details of submitting an Alternative Tender are covered in the Conditions of Tender document “Alternative
Tenders”. If you are uncertain about your offer, seek clarification from the nominated Contact Officer
detailed in the Conditions of Tender – and they will assist you.
Lodgement Requirements
Please make careful note of the closing date, time and submission process. Late tenders will not be
accepted regardless of a Tenderers individual circumstances.
Tendering Guide – The City of Charles Sturt Page 8 of 16
What happens next?
Once your tender is submitted, the Procurement Team from Council will examine it for compliance with
the Conditions of Tender before any submissions are provided to the evaluation panel. We refer to this as
conformity checking (Appendix D).
What is a conforming tender?
To submit a conforming tender, you must ensure that you have signed and completed all the relevant
forms and supplied Council with all the information required as part of the tender document.
Non‐conforming tenders
For detailed information on non‐conformances for specific tenders please see the Conditions of Tender.
Tenders may be considered non conforming based on the following reasons and may not be considered
for evaluation at the discretion of the Principal:
Tenders submitted in any manner or format other than those stipulated in the conditions of
tender
Tender submissions not containing the required information as stated in the conditions of tender
Tender Forms missing or incomplete
Evidence of required plans, policies, licenses or certificates of insurance not provided
Departures from the brief or specification
Departures from the proposed conditions of contract
Other reasons outlined the Conditions of Tender
You will be advised in writing to confirm that your submission has been received, and identifying any
conformity issues.
Evaluation Process
Conformity issues are addressed by the evaluation panel as the first item of consideration. In submitting a
non‐conforming tender, you run the risk that your submission will not be considered for further
evaluation. There are different levels of non‐conformity and it is solely at the evaluation panels discretion
as to degree of non‐conformance, and therefore whether your submission is further evaluated.
Each tender submission that is accepted for further evaluation is read in detail and examined by the tender
evaluation panel and scored based on a set of weighted criteria (see Appendix E for an example evaluation
worksheet) as set out in the conditions of tender. The panels evaluation reasoning for scores are recorded
and are used as part of tender debriefs to unsuccessful tenderers.
Tendering Guide – The City of Charles Sturt Page 9 of 16
Council requesting clarifications
Sometimes, clarification is required, or further information is sought which is included in a secondary
evaluation process. This will generally occur where there is a need to differentiate between short listed
submissions – or where a number of providers are very closely ranked in the initial evaluation.
A secondary process may include, but not be limited to:
Presentation of the intended project / methodology;
Clarification of particular aspects of the submission;
Additional information on some aspect of the tender;
Responses to additional requirements; or
Negotiation
Councils approach to negotiation will differ depending on each specific tender. This may involve (but is
not limited to) negotiations on scope, project delivery, milestones, proposed contract conditions,
alternative solutions, or revised pricing opportunities.
A supplier will be advised if negotiation is sought, and you will be notified of the negotiation subject. You
can also raise any additional issues that you want included in negotiations.
Any discussions and decisions will be recorded formally, and form part of the overall evaluation process.
Awarding and Signing the Contract
After successful negotiations, the preferred supplier(s) will be required to sign a contract for the tendered
requirements.
Successful contractors/consultants will receive copies of the Contract for signing. These need to be
returned to the Council in a timely manner for formal execution, and then the Contract can start.
All unsuccessful tender respondents will be notified of the outcome of the tender via email and given the
option of a telephone tender debrief.
Tendering Guide – The City of Charles Sturt Page 10 of 16
Debriefing
The experience of not winning a tender can be disappointing, given the time and effort invested in
preparation of your submission. Following advice of the tender outcome, all tenderers are invited to seek
a telephone debrief. This is a useful process, to assist you in understand what elements of your
submission could be improved in future bids. Debriefs are also an opportunity for you to provide feedback
to Council on the tender process.
Note that only your submission will be discussed, and will outline the strengths and weaknesses of your
submission and how the content of your submission compared to other submissions in a general sense (in
particular the successful submission). Commercial confidentiality will be ensured.
Tendering Guide – The City of Charles Sturt Page 11 of 16
Useful Links The City of Charles Sturt Website
www.charlessturt.sa.gov.au
Business SA
www.business‐sa.com
Centre for Innovation
www.ausinnovation.org
Industrial Capability Network
www.icnsa.org.au
SA Government
www.sa.gov.au
SA Tenders and Contracts Website
www.tenders.sa.gov.au
South Australian Business
www.southaustralia.biz
State Procurement Board
www.spb.sa.gov.au
Council Solutions (formally G6 Procurement)
www.g6pg.com.au
Local Government Association
www.lga.sa.gov.au
Tendering Guide – The City of Charles Sturt Page 12 of 16
Appendix A – Procurement Policy
Procurement�Policy��Reference�Number:� 2.16��
Type:� Council�
Category:� Corporate�Governance�and�Finance�
Relevant�Community�Plan�Outcome:� A�local�organisation�providing�progressive�leadership,�accountable�governance�and�quality�services�to�the�community�
Responsible�Officer(s):� Manager�Governance�&�Operational�Support�
First�Issued/Approved:� September�2008�
Minutes�Reference:� PD�3/12/12,�Item�3.29�
Last�Reviewed� December�2012�
Next�Review�Due:� December�2014�
Applicable�Legislation:� Local�Government�Act�1999�Trade�Practices�Act�1972�(Commonwealth)�National�Competition�Policy�(Commonwealth)�Local�Government�(Elections)�Act�1999����Caretaker�provision�
Freedom�of�Information�Act�1991�
Related�Policies:� Occupational�Health�Safety�&�Welfare�Injury�Management�Policy�Credit�Cards�Policy�Goods�&�Services�Tax�Policy�Petty�Cash�Policy�Gifts,�Benefits�and�Hospitality�Policy�Complaints�Handling�Policy�Public�Consultation�Policy�Staff�Code�of�Conduct�Policy�Risk�Management�Policy�Delegations�Register�G6�Purchasing�Group�–�Purchasing�Policy�(external)�Caretaker�Policy�
Prudential�Review�Policy�
Related�Procedures:� G6�Purchasing�Group�–�Procedures�Manual�(external)��
�City�of�Charles�Sturt�72�Woodville�Road,�Woodville,�South�Australia�5011��T�08�8408�1111��F�08�8408�1122��www.charlessturt.sa.gov.au�
2�
1.� Purpose��� This�policy�has�been�developed�pursuant�to�the�requirements�of�Section�49�of�the�Local�Government�Act�
1999.�The�aim�of�this�policy�is�to�provide�clear�direction�for�procurement�within�the�City�of�Charles�Sturt�to�ensure� consistency� and� control� over� procurement� activities.� It� also� aims� to� encourage� best� practice� in�procurement.�
�
2.� Scope��
This� policy� covers� the� required� conduct� for� all� procurement� activities� associated�with� the� acquisition� of�Goods,�Works�or�Services�of�any�value�by�the�City�of�Charles�Sturt.�This� includes�tendering�arrangements�and�the�contracting�of�services�and�applies�to�all�City�of�Charles�Sturt�staff.��
2.1� Out�of�Scope��This�policy�does�not�cover:�� Non�procurement� expenditure� such� as� sponsorship,� grants,� funding� arrangements,� donations� and�
employment�contracts;�or�� The��disposal�of�land�and��other�assets�owned�by�the�City�of�Charles�Sturt;�or�� The�purchase�of�land�by�the��City�of�Charles�Sturt�
�
3.� Policy�Statement��3.1� Procurement�Principles�
�All�Council’s�procurement�is�underpinned�by�the�following�8�key�principles;��Council�delivers�value�for�money�services�to�the�community�To�ensure�the�best�overall�value/result�is�obtained�through�applying�a�strategic�and�cost�effective�approach.�This�may�include�taking�into�account�fitness�for�purpose,�whole�of�life�cost,�timeliness,�flexibility�to�adapt,�quality,�sustainability,�intangible�costs/benefits,�service,�support�and�warranty.��Compliance�with�statutory�obligations�To� ensure� purchasing� activities� are� conducted� in� accordance� with� legislative� and� common� law�responsibilities.� These� include� but� are� not� limited� the� Local� Government� Act� 1999,� Trades� Practices� Act�1972,� National� Competition� Policy� and� other� relevant� legislation,� industrial� awards� and� agreements� and�international�trade�agreements.��Open�and�Fair/Effective�Competition�To�ensure�open�and�fair�competition�is�fostered�and�maintained�by�providing�suppliers�and�contractors�with�appropriate�access�to�Council’s�procurement�opportunities.��Professional�Integrity�and�Probity�Officers�engaged�in�purchasing�should�at�all�times�undertake�their�duties�in�a�professional,�ethical,�honest�and�impartial�manner,�act�responsibly�and�exercise�sound�judgment�by�observing�the�highest�standards�of�integrity,� probity� and� professional� conduct� in� line� with� the� Staff� Code� of� Conduct� and� Gifts,� Benefits� &�Hospitality�Policies.���
3�
Risk�Management�To�ensure�that�appropriate�risk�management�practices�and�procedures�are�in�place�for�purchasing�activities�including�risk�identification,�assessment�and�implementation�of�controls,�in�line�with�the�Risk�Management�Policy.��Accountability�and�Transparency�To�ensure�that�responsibilities�are�clearly�defined�and�that�decisions�are�made�in�an�open�and�transparent�manner.�This�will�include�ensuring�all�appropriate�records/documentation�is�kept.��Environmental�Sustainability�To� promote� and� adopt� purchasing� practices� which� conserve� resources,� save� energy,� minimise� waste,�protect� the� environment,� and� are� generally� consistent�with� principles� of� ecological� sustainability,� to� the�greatest�extent�that�is�practicable.��Local�Industry�Sourcing�To�the�extent�permitted�by� law,�Council�will�give�preference�to� local�business�when�all�other�commercial�considerations�are�equal�(eg�capability,�capacity�and�competitiveness).��
3.2� Other�Principles��General��� Operating�Procedures�and�Guidelines�will�be�documented�and�maintained�to�support�this�policy.��� Any� proposal� to� purchase� by� outsourcing� of� any� service� or� function� currently� performed�
predominantly�‘in�house’�by�Council�staff,�must�be�approved�by�the�Council.�•� For�all�methods�of�procurement,�with�the�exception�of�purchases� less�than�$1,000�(excluding�GST),�
appropriate�records�must�be�kept�on�the�procurement�decision�making�process.�•� Any� complaints� arising� from� the� undertaking� of� activities� during� the� procurement� process� will� be�
dealt�with�in�line�with�the�City�of�Charles�Sturt’s�Complaint�Handling�Policy����Confidentiality�All�information�provided�between�Contractor�and�the�Principal�shall�be�treated�as�confidential�only�to�the�extent�provided�by�the�Law,�including�Freedom�of�Information�Act�1991�(FOI)�provisions.��
� Caretaker�Policy�This�policy�is�subject�to�the�provisions�of��Section�91A�of�the�Local�Government�(Elections)�Act�1999�which�requires�Council�to�prepare�and�adopt�a�Caretaker�policy�governing�the�conduct�of�the�council�and�its�staff�during�the�election�period�for�a�general�election.��
�3.3� �Agreement�/�Contract�Types��
Council� purchases� Goods,� Works� and� Services� using� various� types� of� Agreements� or� Contracts.� � These�include:�•� Purchase�Orders�
� � Purchase�Orders�serve�three�main�purposes;������ ensuring�expenditure�is�within�an�officer’s�delegation,������ demonstrating�a�financial�commitment�in�Council’s�Finance�System�to�allow�accurate�tracking�of�
Council’s�financial�obligations�at�any�point�in�time,�and������ establishing�a�set�of�Terms�and�Conditions�for�purchase�of�Goods,�Works,�or�Services.��
4�
� Sole�Supplier�Contracts�� � This�is�a�Contract�where�there�is�only�one�Supplier�contracted�to�provide�or�supply�a�Good,�Works�or��
Service�to�Council.��
� Panel�Contracts�� � This� is� a�Contract�where� there� is�more� than�one�Supplier� contracted� to�provide�or� supply�a�Good,�
Works�or�Service�to�Council.����
� Strategic�Alliance�Contracts�� � This� is� where� Council� is� a� part� of� a� collective� group�where� a� contract� has� been� put� in� place� that�
Council�may� access.� The�G6�Purchasing�Group� and� Local�Government�Corporate� Services� are� both�examples�of�this.�
�� Head�Agreements�
� � This�agreement�type�refers�to�a�Contract�where�a�Supplier�is�contracted�to�provide�Supplies,�but�the�item�is�then�sourced�from�a�local�retailer.��Generally,�this�contract�operates�by�sourcing�quotes,�after�the�formal�tender�process�has�resulted�in�a�formal�contract.�
�3.4� Methods�of�Procurement�
�The� appropriate� method� of� purchase� is� determined� by� level� of� expenditure� and� the� most� appropriate�purchase�approach.��The�determining�factors�are�detailed�in�this�section.��Determining�the�Appropriate�Method�of�Procurement�Council�will�generally�purchase�Goods,�Works�and�Services�through�the�following�methods:��� Direct�sourcing��� Quotations��� Tender��� Strategic�Alliance�Contracts��� Emergency�Purchases��Purchase��Value.��
Value�of�Purchase� Process�Less�than�$1,000� Direct�sourcing�$1,001���$5,000� 1�Quotation�$5,001���$15,000� At�least�2�Quotations�$15,001���$50,000� At�least�3�Quotations�$50,001���$100,000� Selected�Tender�Greater�than�$100,000� Open�Tender�
�For�the�purpose�of�this�policy,�the�expenditure�level�of�the�value�of�purchase�will�be�for:���� Single�one�off�purchase�shall�be�the�total�amount,�or�estimated�amount�of�the�purchase�(excluding�
GST);��
�� Multiple� purchases� shall� be� the� gross� value� of,� or� the� estimated� gross� value� of� all� items� to� be�purchased�(excluding�GST);�or�
�
5�
�� Ongoing�purchases�over�a�period�of�time�shall�be�the�annual�gross�value�of,�or�the�estimated�annual�gross�value�(excluding�GST).�
��� Will�be�in�accordance�with�the�City�of�Charles�Sturt’s�Goods�&�Services�Tax�Policy.��Note:��Splitting�of�amounts�to�bring�expenditure�within�lower�limits�is�not�permitted.��Purchase�Approach�Consideration�will�also�be�given�to�the�purchase�approach�to�ensure�Council�is�achieving�value�for�money.��These�will�include:���� The�cost�of�an�open�market�approach�versus�the�value�of�the�acquisition�and�the�potential�benefits;���� The�particular�circumstances�of�the�procurement�activity;���� The�objectives�of�the�procurement;���� The�size�of�the�market�and�the�number�of�competent�suppliers;���� City�of�Charles�Sturt’s�leverage�in�the�marketplace;���� Time�contraints;���� A�global�assessment�of� the� risks�associated�with� the� relevant�activity�and/or�project,� including� the�
risk�profile�of�the�procurement�and�any�risks�associated�with�the�preferred�procurement�method.��Use�of�Purchase�Orders�Purchase� Orders� must� be� raised� prior� to� the� purchase� being� made.� Purchase� Orders� are� required� for�purchases�except�as�follows:���� Purchases�of�a�value�less�than�$1,000�(excluding�GST)�(refer�to�Petty�Cash�Policy);��
�� Purchases�made�using�Corporate�Credit�Cards�(refer�to�Credit�Cards�Policy);��
�� Purchases�made�for�nominated�Goods,�Works�or�Services�listed�in�Schedule�1;���� Purchases�relating�to�an�entity�which�is�a�wholly�or�partially�owned�subsidiary�of�Council;�or��
�� Strategic� Alliance� Contracts,� unless� required� under� the� specific� contracts� arrangements.� Refer� to�section�3.7�for�further�detail.�
�� Purchases�made�under�G6�Purchasing�Contracts�do�not�require�a�purchase�order�except�where� it� is�
specified�in�the�contract�documents.��
6�
3.5� Quotations��The�need�to�seek�quotations�must�be�determined�in�accordance�with�section�3.4.��Quotations�should�be�sought�for�one�off�purchases�only.��If�multiple�purchases�are�required�from�the�same�supplier,�then�use�of�a�Contract�should�be�considered�(Panel�or�Individual).��Quotations� should� be� received� in� writing,� and� once� received,� be� recorded� in� Council’s� Records�Management�System.��If� the� level� of� expenditure� exceeds� $15,000� or� has� high� risk� factors� in� the� purchase,� then� the� following�should�be�considered:��
�� Use�of�a�formal�contract�in�lieu�of�purchase�order�especially�where�terms�and�conditions�are�required�beyond�the�normal�terms�attached�to�purchase�orders;�and�
��� Use�of� formal�evaluation�criteria� together�with�a�weighted�matrix� to� rank� the�suppliers� in�order�of�
preference.��
3.6� Tenders��The�need�for�selected�or�open�tenders�will�be�determined�in�accordance�with�section�3.4.��When�it�is�considered�that�a�tender�is�an�appropriate�method�of�purchase�the�following�shall�apply:��
�� Tenders�will�be�evaluated�by�an�evaluation�panel�against�the�Evaluation�Criteria�stated�in�the�tender�documents;�
�
�� All�tenderers�will�be�advised�of�the�results�including�the�identity�of�the�successful�tenderer;��
�� All�unsuccessful�tenderers�will�be�offered�a�debrief;��Consultants�and�others�may�address�the�market�place�on�Council’s�behalf,�provided�that�they�have�written�approval�and�comply�with�Council’s�policies�and�requirements.��3.6.1� Selected�Tender�($50,001�–�$100,000)��Where�a�selected�tender�method�is�used�the�following�information�must�also�be�recorded:��
�� The�identity�of�the�selected�tenderers;�and��� The�reasons�why�the�tenderers�have�been�selected.��3.6.2� Open�Tenders�(>$100,000)��Open�tenders�must�be�advertised�publicly.��The�preferred�method�of�advertising�will�be�through�the�use�of�the�State�Government’s�Contracts�&�Tenders�web�site.�
�
7�
3.7� Strategic�Alliances��Purchases�can�be�made�through�eligible�contracts�by�way�of�Strategic�Alliance�Contracts.��Strategic�Alliance�contracts�aim�to:��
�� Reduce�direct�and�indirect�purchasing�costs;�and/or���� Provide�tangible�benefits�through�joint�purchasing;�and/or���� Improve�delivery�and/or�quality�of�services�to�residents;�and/or���� Represent�best�procurement�practice;�and/or�� Attract�more�competition�or�a�more�suitable�field�of�providers�to�respond�to�the�tender�call.��Eligible�contracts�include�those�administered�by�the�following�authorities�or�organisations:��
�� G6�Purchasing�Group��� Australian�State�or�Federal�Government�contracts��� State�Procurement�(SA,�NSW,�VIC�and�QLD)�and�� Co�operative�Purchasing�Services�(CPS)�(Victoria);��� Procurement�Australia;��� Local�Government�Corporate�Services�(LGCS);��3.7.1� G6�Purchasing�Group�� �The�City�of�Charles�Sturt�is�a�member�of�the�G6�Purchasing�Group,�which�in�addition�to�the�aims�of�other�Strategic�Alliance�contracts,�also�aims�to:���� Achieve�uniformity�in�specification�of�Goods,�Works�and�Services�commonly�purchased�across�the�G6�
Purchasing�Group�membership� in�order� to� attract�more� suppliers� to� the�market,� reduce� costs� and�improve�efficiency.�
�Membership� of� the� G6� Purchasing� Group� includes� City� of� Charles� Sturt,� City� of� Tea� Tree� Gully,� City� of�Salisbury,�City�of�Onkaparinga,�City�of�Marion�and�Adelaide�City�Council.��The�G6�Purchasing�Representative�for�the�City�of�Charles�Sturt�is�the�CEO�or�his�nominated�delegate,�who�is�authorised�to�sign�contracts�on�behalf�of�Council.��In�some�instances�Council�may�be�required�to�purchase�Goods,�Works�or�Services�elsewhere�covered�by�a�G6�Purchasing�Group�arrangement.�
�3.9� Public�Consultation�
�Where� a� purchase� requires� public� consultation,� then� such� consultation� must� be� in� accordance� with�Council’s�Public�Consultation�Policy.��
3.10� Occupational�Health�Safety�&�Welfare��The�City�of�Charles�Sturt�will�only�engage�suppliers�who�are�able�to�maintain�a�level�of�Occupational�Health�and� Safety� acceptable� to� the� City� of� Charles� Sturt.� � As� a� minimum,� this� will� be� compliance� to� the�Occupational�Health,�Safety�and�Welfare�Act�1986,�all�associated�regulations�and�all�requirements�relating�to�contractors�in�Council’s�relevant�Occupational�Health�and�Safety�policies,�and�as�specified�in�terms�and�conditions�of�contractual�arrangements.���
8�
3.11� Records�
�Council�will�document�the�reasons�for�entering�into�specific�procurement�methods�or�contracts�other�than�those�resulting�from�a�competitive�quoting�or�tender�process.�
�
3.12� Exemptions�from�this�Policy��
� This�policy�contains�general�guidelines�to�be�followed�by��City�of�Charles�Sturt�in�its�procurement�activities.�There��may�be�emergencies,�or�procurements�in�which�a�tender�process�will�not�be�necessarily�deliver�best�outcome�for�the�Council,�and�other�market�approaches�may�be�more�appropriate.�
�Except�as�provided�for� in�this�policy,�exemptions�to�the�requirements�of� this�policy�must�be�approved�by�the� Chief� Executive� Officer� (CEO)� or� relevant� General� Manager.� � [Note:� Only� the� CEO� can� approve�exemptions�for�Method�of�Procurement�involving�expenditure�exceeding�$50,000.]���Where� a� Funding� Agreement� specifies� that� Council� must� follow� a� prescribed� tendering� process� which�differs�from�the�process�outlined� in�this�Procurement�Policy,�the�project�funded�under�that�Agreement� is�exempted�from�the�Policy.�
�
In� certain� circumstances,� the�City�of�Charles� Sturt,�may,� after� approval� from� its� elected�members,�waive�application�of�this�Policy�and�pursue�a�method�which�will�bring�the�best�outcome�for�the�Council.���
The�City�of��Charles�Sturt��must�record�its�reasons�in�writing�for�waiving�application�of�this�Policy.�� �� Emergency�Purchases�
�Purchases�can�be�made�without�the�need�to�initially�follow�policy�in�emergency�situations.��The�provisions�of� this� section�must� not� be� used� as� an� excuse� for� not� following� policy.� � For� the� purpose� of� this� section�emergency�situations�are�restricted�to:�
Community�
�� Genuine�concerns�for�public�safety;��� Avoiding�major�expenses;��� Activation�of�the�Emergency�Response�Plan;��Council�Assets�� Ensuring�that�residents�or�occupants�of�Council�owned�buildings�are�not�subject�to�undue�discomfort�
or�hardship�due�to�breakdown�of�building�facilities�or�equipment;��� Security�of�Council’s�assets;�or�� Activation�of�the�Business�Continuity�and�Crisis�Management�Plan.��Determination�of�whether�these�situations�apply�will�be�at� the�discretion�of� the�relevant�Team�Leader�or�Manager�on�a�case�by�case�basis.��
9�
Where�a�purchase�is�made�under�this�section,�the�following�will�apply:�
�� Expenditure�must�be�within�Delegated�Financial�Authority;��� Expenditure�should�be�limited�to�that�required�to�alleviate�the�emergency�situation�only;�and�
� �� Officers�must�ensure�that�appropriate�methods�of�purchase�are�resumed�as�soon�as�practicable�(i.e.�purchase�order�generated,�quotations�sought� for�remainder�of� the�Goods,�Works�or�Services�other�than�that�required�for�the�emergency�response).�
3.13� Delegations�
��Prior�to�the�commencement�of�any�purchase�or�tender�process�the�department�or�business�unit�must�have�an�approved�and�allocated�budget�to�spend.�
�Signing�of�Contracts�and�authorisation�of�payments� should�be�accurate�and�correct�and�given�by�officers�with�appropriate�delegated�financial�authority�(refer�to�Delegations�Register).�
�
3.14� Prudential�Requirements�
In�some�circumstances�a�procurement�process�may�require�additional�due�diligence�in�accordance�with�the�Local�Government�Act�1999�prudential�requirements.��If�this�occurs�the�process�will�be�subject�to�the�City�of�Charles�Sturt�Prudential�Review�Policy.�
�
� � 4.� Definitions��� List�all�key�terms�and�acronyms�that�are�used�in�the�policy,�and�their�definition.��
Key�Term�–�Acronym� Definition�Value�for�Money� Best�outcome�achievable�when�all�costs�and�benefits,�
both�qualitative�and�quantitative,�over�the�procurement�lifecycle�(acquisition,�use,�maintenance�and�disposal)�are�considered.�
Direct�Sourcing� Where�there�is�only�a�single�supplier�of�Goods,�Works,�or�Services�and�warrant�the�involvement�of�only�one�potential�supplier.�
Quotation� Seeking�a�price�and�scope�of�Goods,�Works�or�Services�from�a�supplier�to�enable�comparison�
Selected�Tender� Seeking�tenders�from�a�limited�number�of�suppliers�on�the�basis�of,�eg.�location,�previous�performance,�or�the�result�of�an�Expression�of�Interest�process�
Open�Tender� Seeking�tenders�from�the�market�place�via�an�open�invitation�process,�eg�advertisement.�
Strategic�Alliance� Seeking�tenders/contracts�as�part�of�a�purchasing�group�eg�combined�purchasing�arrangements�with�other�Councils�and/or�spheres�of�government.�
Head�Agreement� Head�Agreements�are�primarily�used�for�the�supply�of�Goods�and�are�contracts�in�which�the�Supplier�has�agreed�to�a�contract�price�or�process,�with�the�Principal�generally�sourcing�the�Supplies�through�a�local�supplier.���
10�
Schedule� 1� –� Nominated� Goods� /� Works� /� Services� which� are� exempt� from� using� a�Purchase�Order�for�Payment��Please�note�that�the�items�on�this�schedule�may�change�from�time�to�time�based�on�Council’s�operational�requirements.� �This� information� is�provided�as�supplementary� information�to�the�Procurement�Policy�only,�and�does�not�require�endorsement�by�Council�or�its�Committees�as�it�is�amended.��Category�1��Contract�arrangements�which�include:���� Legal�Services�Contract�� Council�projects�which�have�been�contracted�using�full�tender�processes�� Road�Reconstruction�Projects�completed�using�G6�Purchasing�Group�contracts�� Other�contracts�identified�as�not�requiring�Purchase�Order�for�payment�
��
Category�2��Purchases�for�the�following�Goods,�Services,�Fees�or�Charges:��� vehicle�registrations��� refunds�or�reimbursements�of�expenses��� banking�services��� statutory�Government�charges��� courier�services��� insurance�payments��� lease�&�rental�payments��� media�monitoring��� publishing�charges��� postal�services��� subscriptions��� taxi�fares��� travel�&�accommodation��� utilities�(eg�SA�Water,�Telstra,�AGL,�Origin�Energy)��� food�&�beverages��� licence�and�membership�fees,�and�temporary�labour�hire�and�traineeship�charges�� payment�of�State�Government�Affordable�Housing�funding�� Site�investigation�and�minor�repairs�of�electrical�works�� Employee�Assistance�Program�Costs�� Training�where�catering�costs�are�included�� Psychometric�Testing�� Labour�Hire�(other�than�contracted)�� Organisational�Cultural�Inventory�(OCI)�
Tendering Guide – The City of Charles Sturt Page 13 of 16
Appendix B – Procurement Flowchart
Tenderers Briefing held where required
Tender Addenda issued where necessary
Contract start up
Tender Debriefs where requested
Advise Unsuccessful Tenderers
Contract returned signed
Contract Issued
Preparation of Contract Documentation
Purchase Approval from Delegated Authority
Purchase Approval recommendation
Negotiation with preferred supplier/s where required
Clarifications sought were necessary
Tender Evaluation takes place
Tender Closes
Tender Opens
Advertise Tender
Tender Documentation Completed
Tender Initiation Completed
Specification Developed
Budget Bid Approved
Tendering Guide – The City of Charles Sturt Page 14 of 16
Appendix C – Tender Forms Guide
PART 1 – TENDER FORMS AND ANNEXURES
Tenderers must complete the Response Forms 1 ‐ 4 and Annexures A ‐ E.
The Response Forms and Annexures comprise of the following:
Form 1 – Tenderer’s Particulars & Declaration;
Form 2 – Tender Documents Received
Form 3 – Tenderer’s Checklist
Form 4 – Previous Experience/Referees
Tender Form Annexure A – Price
Tender Form Annexure B – Tender Submission Information
Tender Form Annexure C ‐ Statement of Compliance with the Contract
Tender Form Annexure D ‐ Statement of Compliance with the Specifications
Tender Form Annexure E – Declaration
Ensure that all Tender Forms and Annexures are included and completed in your tender submission.
For ease of Conformity Checking and Tender Evaluation, Forms and Annexures should be kept together in the submission, with accompanying documentation clearly marked in the submission (tabs are very helpful).
Note: A Word Document “Tender Forms” will be included in the documents for download on SA Tenders
FORM 1 – TENDERER’S RESPONSE – TENDERER’S PARTICULARS AND DECLARATION
Tender: CCS –
Use this form to provide your organisation’s details, nominate your Contractor’s Representative and declare your intention to enter into an agreement to perform the work as specified. An original signature must be provided on at least 1 of the copies of this form in your tender submission. A tender submission may be considered non‐conforming if this condition is not met.
Tenderer’s Particulars
Name of Tenderer:____________________________________________________________________ [Note: If a partnership or consortium, state the names of all members]
Address: ____________________________________________________________________________ Telephone Number:_________________________ Facsimile Number: _________________________
Mobile: ___________________________________ E‐mail Address:____________________________
ABN: _____________________________________
Nomination of Tenderer’s Representative: ________________________________________________ Tenderer’s Declaration
I hereby declare that:
1. That in signing this declaration, I am authorised to represent the Tenderer;
2. I have read and accept the Conditions of Tendering;
3. By submitting this tender, that the Tenderer warrants and represents that it has made its own enquiries and investigations and has obtained professional advice and all other relevant information so as to inform itself of all risks and contingencies which may affect its price and that all such risks and contingencies have been allowed for in the tender pricing;
4. Expressions used in the RFT have the same meaning in this Tender.
Dated this ______________(day) of ________________________ (month), _________________ (Year)
Signature on behalf of the Tenderer: _____________________________________________________
Name: ___________________________________ Position: _________________________________
(Print Name) (Print Position Title)
Ensure that all requested information is provided and the form is signed and dated.
Ensure that you have read and understood all of these points and sign the below declaration.
FORM 2 – TENDER DOCUMENTS RECEIVED
Tender: CCS –
The Tenderer received the documents listed below: (list out any addenda issued by the Principal)
Document No. Description
1 Request for Tender
ANNEXURES TO THIS TENDER
These annexures are part of the Tender:
Annexure A – Price
Annexure B – Tender Submission Information
Annexure C – Statement of Compliance with the Contract
Annexure D – Statement of Compliance with the Specifications
Annexure E – Declaration
SIGNATURE
Dated this ___________________day of __________________________________________________, 2012
Signature: ________________________________________________________________________________
Print name of person signing: ________________________________________________________________
Title of person signing: _____________________________________________________________________
The person signing warrants they have authority to complete, sign and submit this form on behalf of the Tenderer.
A tender submission may be considered non‐conforming if this form is not signed by the appropriate person.
List all documentation provided as part of the Tender. Remember to include any Tender Addenda issued throughout the tender process, not listing these items will be considered as a non conforming issue.
Complete all details and ensure that the person signing the tender is authorised on behalf of the company to submit a tender.
FORM 3 – TENDERER’S CHECKLIST
Information that must be submitted
Please attach the following information as an Annexure to your tender. Use this form as a checklist to ensure that you have provided all relevant information as required. You must provide hard copies of required documents with each and every tender submission or tenders may be considered non‐conforming.
Please tick the boxes to indicate that you have supplied the following:
1. Insurances (Certificates of Currency) Please provide copies of current valid Certificates of Currency
Public Liability Insurance ($20,000,000.00);
Products Liability Insurance ($20,000,000.00);
Contract Works Insurance or please provide a statement of undertaking this will be secured if tender is successful;
Contract Security – please provide a statement of undertaking that this will be secured if tender is successful;
Professional Indemnity Insurance ($2,000,000.00) in any one claim and aggregate;
Plant and Equipment Insurance (for full replacement value);
Motor Vehicle full Comprehensive Insurance.
2. Registrations and/or Licences (evidence required) Please provide copies
Registered or exempt under the Workers Rehabilitation and Compensation Act 1986 (if Registered – require a Work Cover Certificate of Registration issued by Work Cover Corporation; If exempt ‐ require evidence of Personal Injury/Accident Insurance);
Any relevant government or industry/trade licences, registration, accreditation, certification or permits held by the Tenderer and any proposed Sub‐Contractors (details are to include the name of the licence holder, the licence/issue number, licence type and date of expiry).
Please Note: these licences and registrations must also be provided for all proposed Sub‐Contractors
3. Management Systems, Accreditation and/or Plans
The tenderer must provide evidence of these policies/systems and commit to deploying them in the performance of the Contract, if awarded the Contract;
Occupational Health & Safety Policy and/or Management System (third party certification to AS 4801 (or an equivalent system));
An Occupational Health & Safety Management Plan proposed for use if awarded the Contract;
Environmental Management Policy and/or System (third party certification to AS 14001 (or an equivalent system));
An Environmental Management Plan proposed for use if awarded the contract;
Quality Management Policy and/or System (third party certification to AS 9001 (or an equivalent system));
Contract Management System relevant to the contract.
4. Indicative Construction Program Copy must be provided with tender documents
The tenderer must provide an Indicative Construction Program (Gantt Chart or similar) which details all the stages of the project from Possession of Site to Practical Completion.
5. An original copy + 3 hard copies of tender submission and an electronic copy
The tenderer must provide the number of hard copies requested and an electronic copy. Please see Clauses and of the Conditions of Tender “Lodging a Tender” for the requirements.
We require evidence by way of a certificate of currency for all insurance types requested. A reference or policy number is not enough, we need to sight a certificate of currency. Not providing evidence or providing lesser cover without an undertaking to secure if successful will be considered a non conforming issue.
If you do not have a type of insurance requested or do not have the level of cover requested, but are willing to take out this cover should you be successful, mention that in this section.
Please provide copies of any company or individual staff licences requested.
Provide evidence of your plans and policies as requested. If you are Quality, Safety or Environment certified by a third party, please provide evidence of this.
If requested please ensure you provide a timetable or program for the project. A Gantt chart is the preferred method.
Please note that we request an original copy and a specified number of copies. Not providing the requested number of hard copies will be a non conforming issue.
FORM 4 – PREVIOUS EXPERIENCE/REFEREES
Tender: CCS –
Use this form provide details of similar service your organisation has provided recently and to nominate referees. Please do not include referees from the City of Charles Sturt.
Name of Tenderer: _____________________________________________________________________________
Project Name: _________________________________________________________________________________
Client Contact Phone Number Contract Amount Duration
Description of works
Project Name: _________________________________________________________________________________
Client Contact Phone Number Contract Amount Duration
Description of works
Project Name: _________________________________________________________________________________
Client Contact Phone Number Contract Amount Duration
Description of works
Ensure that you include references for similar work to that which is requested in the tender.
TENDER FORM ANNEXURE A – PRICE
Tender: CCS –
Lump Sum Offer
Item Description Price (excl GST)
1.
2.
3.
4.
5.
6.
Total Lump Sum Offer
The Lump Sum Price is not subject to variation except where provided in the conditions of contract. The Lump Sum Price is inclusive of:
All personnel costs and on‐costs including holiday pay and long service loading, superannuation, sick pay allowances, Work Cover etc;
All costs of support staff, administration, clerical and word processing services;
All transportation, material disposal;
All company overheads and profit; and
All expenses associated with the Contract.
The Lump Sum Price will be inserted into the contract documents as a record of the agreed cost.
Include a breakdown of pricing that forms the lump sum where possible.
Schedule of Rates Offer
Please confirm hourly rates for additional work
Item Description Rate
(excl GST) Item Total (excl GST)
1. $ $
2. $ $
3. $ $
4. $ $
5. $ $
6. $ $
7. $ $
8. $ $
$
The Scheduled Rates are not subject to variation except where provided in the conditions of contract.
The Schedule Rates are inclusive of all administrative costs and associated overheads, and conforms to the requirements of the tender.
The Schedule Rates will be inserted into the contract documents as a record of the agreed cost.
The above descriptions and quantities are provided as a guide to determining the Contract Sum and should not be relied upon to determine the exact quantity of work.
Where the tender is for a lump sum amount, include Schedule of Rates Pricing for anything in addition to what is being offered in the lump sum pricing form. These rates will be applied if required for further work or pricing variations.
For tenders which are schedule of rates only and not lump sum, ensure that all rates requested are accounted for.
TENDER FORM ANNEXURE B – TENDER SUBMISSION INFORMATION
As part of the tender submission, information requested on this form must be provided. Please tick the appropriate box
Information provided on this form
Information attached – please state where the information is located in submission:
Information should be provided in the following areas:
(a) the facilities (premises, plant / equipment) available for use under the Contract (having due regard to other commitments of the Tenderer);
(b) arrangements to be in place to ensure the Tenderer a reliable supply of resources in the quantities/levels and at the times required under the Contract;
(c) the number / qualifications / training of employees available for use under the Contract (having due regard to other commitments of the Tenderer);
(d) details of any work to be subcontracted, including the names of proposed subcontractors and nature of works to be subcontracted; [Note: The awarding of the Contract to the Tenderer does not of itself constitute approval by the Principal of any subcontractor named, as may be required by the Contract.]
(e) details (name, qualifications, experience) of a person within the Tenderer’s organisation who would project manage the performance of the Contract;
(f) if the Tenderer would enter into the Contract as an agent, nominee or trustee for a third party, brief details of the third party;
(g) any special benefits and / or value added features to the Principal in the offer ‐ such as benefit to the environment from use of long‐life products, recycled content, the role of businesses in the area of the Principal;
(h) any conflict of interest, or potential conflict of interest in the Tenderer being considered for, awarded or performing the Contract; and
(i) Other information the Tenderer may wish to submit.
Please tick one option, not both.
If the information is to be included later in the submission and not directly on this form, please give a reference to where this information can be found. This is when tabs come in handy.
TENDER FORM ANNEXURE C – COMPLIANCE WITH THE CONTRACT
I/We agree to accept every clause of the Conditions of Contract in accordance with the definitions provided in Clause 1, Conditions of Contract (please tick box if applies)
I/We do not agree to accept every clause of the Conditions of Contract. Tenderer’s must provide details of their non‐acceptance of each clause of the Conditions of Contract in accordance with the definitions provided in Clause 1, Conditions of Contract in the table below:
The Tender is taken to comply with each requirement of the Contract except as may be clearly stated otherwise in this table. Please be aware that if there is a departure from the Conditions of Contract, this may have the effect of the tender submission being considered non‐conforming. If no response is included on this form the response is considered to have accepted all conditions of the contract, and be conforming with this particular requirement.
Clause Number of Contract
Compliance Term Comments (give full reasons)
i.e. Does Not Accept
Please nominate Contractor’s Signatory for the Contract (if awarded):
Name: Title:
Proposed Contractor’s Representative:
Name: Title:
If you agree with the Draft Conditions of Contract which form part of the tender documentation, please remember to tick the box. If you do not tick this box then your submission will be considered to have accepted all of the conditions of contract.
If you have any departures from the Draft Conditions of Contract proposed, please include them in the space below, or give a reference to where these can be found in the submission. This is another time where tabs are very useful.
Any departures from the Draft Conditions of Contract will be considered a non conforming issue.
TENDER FORM ANNEXURE D – COMPLIANCE WITH THE SPECIFICATIONS
This tender conforms with all of the requirements of the Specifications and Drawings supplied with this RFT (please tick box if applies)
The Tender is taken to comply with each requirement of the Specification except as may be clearly stated otherwise in this table. Please be aware that if there is a departure from the Specification this may have the effect of the tender submission being considered non‐conforming. If no response is included on this form the response is considered to have accepted all particulars of the Specifications, and be conforming to this particular requirement.
STATEMENT OF NON‐COMPLIANCE WITH THE SPECIFICATIONS
Clause Number Compliance Term Does Not Comply (give full reasons)
If you fully comply with the specification, which forms part of the tender documentation, please remember to tick the box. If you do not tick this box then your submission will be considered to have accepted all particulars of the Specifications.
If you have any departures from the specification, please include them in the space below, or give a reference to where these can be found in the submission. This is another time where tabs are very useful.
Any departures from the specification will be considered a non conforming issue.
TENDER FORM ANNEXURE E – DECLARATION
I/We warrant that at no time in the last 36 months have any of the following applied to our organisation as a Tenderer (or its related entity within the meaning of Corporations Act 2001 s. 9)
Disputes Does Not Apply (please tick)
If Applies (give full reasons)
(a) criminal proceedings for an offence involving dishonesty
(b) a proceeding (civil or criminal) to which Australian Competition and Consumer Commission / Commissioner for Consumer Affairs (or equivalent regulator outside South Australia) was party;
(c) an environment protection order, a clean‐up order, a clean‐up authorisation or proceedings (civil or criminal) under the Environment Protection Act 1993 or regulations under that Act (or equivalent statute outside South Australia);
(d) a worker suffered a compensable disability under the Workers Rehabilitation and Compensation Act 1986 (or equivalent statute outside South Australia);
(e) a default notice, improvement notice, prohibition notice or proceedings for an offence under the Occupational Health, Safety and Welfare Act 1986 or regulations made under that Act (or equivalent statute outside South Australia);
(f) an industrial dispute that was referred to an official exercising a function under the Fair Work Act 1994 (or equivalent statute outside South Australia) or under the Workplace Relations Act 1996;
(g) a proceeding under the Equal Opportunity Act 1994 (or equivalent statute outside South Australia); or
(h) being named under the Equal Opportunity for Women in the Workplace Act 1999.
Building or Construction Work Does Not Apply (please tick)
If Applies (give full reasons)
(a) a person had recourse to retention monies or other security for the performance by them of building or construction work;
(b) an arbitration / litigation in connection with building or construction work by them (other than to collect debts owed to the Tenderer or to recover damages from another party);
(c) a sanction under the National Code of Practice for the Construction Industry; or
(d) a complaint by the Commissioner of Consumer Affairs alleging grounds for disciplinary action under the Building Work Contractor's Act 1995 (or equivalent regulator under an equivalent statute outside South Australia).
Please ensure all items on the declaration are completed. Not completing the form will be considered a non conforming issue.
If any of the listed disputes apply and further detail is contained later in the submission, please reference where this information can be found. This is another occasion where tabs are useful.
Tendering Guide – The City of Charles Sturt Page 15 of 16
Appendix D – Tenders Conformity Checklist
Section 2 – Checklist of Required Information
Name of Tenderer Description
Trim Reference Tender Submission
Electronic Copy of Tender Submission Provided
Number of Hardcopies Provided
Form 1 – Tenderer’s Particulars & Declaration
Form 2 – Tender Documents Received
Form 3 – Tenderer’s Checklist
Form 4 – Previous Experience/Referees
Annexure A – Price
Annexure B – Tender Submission Information
Annexure C – Compliance with the Contract
Annexure D – Compliance with the Specifications
Annexure E ‐ Declaration
Workers Compensation Cover
Trade Licences
Public Liability Insurance
Products Liability Insurance
Professional Indemnity Insurance
Plant & Equipment Insurance
Contract Works Insurance
Motor Vehicle Insurance
Indicative Program
OHS Plan/Policy
Environmental Plan/Policy
Quality Plan/Policy
Conforming Tender?
Tendering Guide – The City of Charles Sturt Page 16 of 16
Appendix E – Tender Evaluation Worksheet
Project Name:
Evaluation Panel Members: Evaluation Panel Member 1Evaluation Panel Member 2Evaluation Panel Member 3Evaluation Panel Member 4Evaluation Panel Member 5
RankingTender Respondent: ABC 1
DEF 1GHI 1JKL 1MNO 1PQR 1STU 1
SUMMARY
Evaluation Criteria Weighting ABC DEF GHI JKL MNO PQR STUEvaluation Criteria 1 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 2 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 3 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 4 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 5 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 6 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 7 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00Evaluation Criteria 8 0.0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00TOTAL SCORE 0% 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Insert Project / Tender Title