22
REQUEST FOR TENDER Request for Tender Provision of Landscape Construction / Maintenance Services Deadline: Closes 3.00pm, Friday 29 August 2014 Address for Delivery: 41 Wallcliffe Road, Margaret River or PO Box 61, Margaret River 6285 NOTE: ELECTRONIC MAIL AND FACSIMILE TENDERS WILL NOT BE ACCEPTED RFT Number: RFT 05/15

REQUEST FOR TENDER - Shire of Augusta–Margaret River

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR TENDER - Shire of Augusta–Margaret River

REQUEST FOR TENDER

Request for Tender Provision of Landscape Construction / Maintenance Services

Deadline: Closes 3.00pm, Friday 29 August 2014

Address for Delivery:

41 Wallcliffe Road, Margaret River

or

PO Box 61, Margaret River 6285

NOTE:

ELECTRONIC MAIL AND FACSIMILE TENDERS WILL NOT BE ACCEPTED

RFT Number: RFT 05/15

Page 2: REQUEST FOR TENDER - Shire of Augusta–Margaret River

TABLE OF CONTENTS

1.1 DEFINITIONS 4

1.2 TENDER DOCUMENTS 4

1.3 HOW TO PREPARE YOUR TENDER 5

1.4 CONTACT PERSONS 5

1.5 LODGEMENT OF TENDERS AND DELIVERY METHOD 5

1.6 REJECTION OF TENDERS 5

1.7 LATE TENDERS 6

1.8 ACCEPTANCE OF TENDERS 6

1.9 DISCLOSURE OF CONTRACT INFORMATION 6

1.10 TENDER VALIDITY PERIOD 6

1.11 PRECEDENCE OF DOCUMENTS 6

1.12 REGISTRATION OR LICENSING OF CONTRACTORS 6

1.13 ALTERNATIVE TENDERS 6

1.14 TENDERERS TO INFORM THEMSELVES 7

1.15 ALTERATIONS 7

1.16 RISK ASSESSMENT 7

1.17 EVALUATION PROCESS 7

1.18 SELECTION CRITERIA 8

1.19 PRICE CONSIDERATIONS 8

1.20 REGIONAL PRICE PREFERENCE 9

1.21 PRICE BASIS 9

1.22 OWNERSHIP OF TENDERS 9

1.23 CANVASSING OF OFFICIALS 9

1.24 IDENTITY OF THE TENDERER 9

1.25 COSTS OF TENDERING 10

1.26 TENDER OPENING 10

1.27 IN-HOUSE TENDERS 10

2.1 CONTRACT REQUIREMENTS IN BRIEF 11

2.2 INTRODUCTION 11

2.3 DEFINITIONS 11

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 2 of 22

Page 3: REQUEST FOR TENDER - Shire of Augusta–Margaret River

2.4 SCOPE OF WORK 11

2.5 FRAMEWORK AGREEMENT 12

2.6 SPECIFIC REQUIREMENTS OF THE CONTRACT 12

2.7 IMPLEMENTATION TIMETABLE 14

3.1 ANNEXURE – PART A 15

3.2 PART B 16

4.1 WORKPLACE SAFETY AND HEALTH 17

5.1 OFFER FORM 18

5.2 SELECTION CRITERIA 20

COMPLIANCE CRITERIA 20

QUALITATIVE CRITERIA 21

PRICE INFORMATION 22

REGIONAL PRICE PREFERENCE 22

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 3 of 22

Page 4: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

1. CONDITIONS OF TENDERING

1.1 DEFINITIONS

Below is a summary of some of the important defined terms used in this Request:

Attachments: The documents you attach as part of your Tender;

Contractor: Means the person or persons, corporation or corporations whose Tender is accepted by the Principal, and includes the executors or administrators, successors and assigns of such person or persons, corporation or corporations;

Deadline: The deadline for lodgement of the Tender as detailed on the front of this Request;

General Conditions of

Contract:

Means the WALGA General Conditions of Contract for the Supply of Goods and the Provision of General Services in Part 3;

Offer: Your offer to be selected to supply the Requirements;

Principal: Shire of Augusta Margaret River;

Request OR RFT OR Request for

Tender: This document;

Requirements: The Provision of Landscape Construction / Maintenance Services requested by the Principal;

Selection Criteria: The criteria used by the Principal in evaluating your Tender;

Special Conditions: The additional contractual terms;

Specification: The statement of Requirements that the Principal requests you to provide if selected;

Tender: Completed Offer form, response to the Selection Criteria and Attachments;

Tenderer: Someone who has or intends to submit an Offer to the Principal.

1.2 TENDER DOCUMENTS

This Request for Tender is comprised of the following parts:

(a) Part 1 - Conditions of Tendering (read and keep this part);

(b) Part 2 – Specification and/or plans/drawings (read and keep this part);

(c) Part 3 – General Conditions of Contract (read and keep this part);

(d) Part 4 – Special Conditions of Contract (read and keep this part); and

(e) Part 5 – Tenderer’s Offer (complete and return this part).

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 4 of 22

Page 5: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

1.3 HOW TO PREPARE YOUR TENDER

(a) Carefully read all parts of this document;

(b) Ensure you understand the Requirements;

(c) Complete and return the Offer (Part 5) in all respects and include all Attachments;

(d) Make sure you have signed the Offer Form and responded to all of the Selection Criteria; and

(e) Lodge your Tender before the Deadline.

1.4 CONTACT PERSONS

Tenderers should not rely on any information provided by any person other than the person listed below:

RFT Enquiries

Name: Mr Grant Gordon Kirby

Telephone: 9780 5255

Email: [email protected]

1.5 LODGEMENT OF TENDERS AND DELIVERY METHOD

The Tender must be lodged by the Deadline. The Deadline for this Request is 3:00pm, Friday 29 August 2014.

The Tender is to be:

(a) placed in a sealed envelope clearly endorsed with the tender number and title as shown on the front cover of this Request; and

(b) delivered by hand and placed in the Tender Box at Shire Administration Centre, 41 Wallcliffe Road, Margaret River (by the Tenderer or the Tenderer’s private agent) or sent through the mail to the Chief Executive Officer PO Box 61, Margaret River WA 6285.

Electronic mail Tenders and Tenders submitted by facsimile will not be accepted.

Tenderers must ensure that they have provided two (2) signed copies of their Tender. One on USB to be marked “original” and the second signed hard copy to be bound and marked as “copy”. Any brochures or pamphlets must be included on the disk (original) and attached to the copy. All copies must be unbound and clipped (not stapled, may use bulldog clip). All pages must be numbered consecutively and the Tender must include an index.

1.6 REJECTION OF TENDERS

A Tender will be rejected without consideration of its merits in the event that:

(a) it is not submitted before the Deadline; or (b) it is not submitted at the place specified in the Request; or (c) it substantially fails to comply with any other requirements of the Request.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 5 of 22

Page 6: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

1.7 LATE TENDERS

Tenders received:

(a) after the Deadline; or (b) in a place other than that stipulated in this Request,

will not be accepted for evaluation.

1.8 ACCEPTANCE OF TENDERS

Unless otherwise stated in this Request, Tenders may be for all or part of the Requirements and may be accepted by the Principal either wholly or in part. The Principal is not bound to accept the lowest Tender and may reject any or all Tenders submitted.

1.9 DISCLOSURE OF CONTRACT INFORMATION

Documents and other information relevant to the contract may be disclosed when required by law under the Freedom of Information Act 1992 or under a Court order. All Tenderers will be given particulars of the successful Tenderer(s) or advising that no Tender was accepted.

1.10 TENDER VALIDITY PERIOD

All Tenders will remain valid and open for acceptance for a minimum period of ninety (90) days from the Deadline or forty-five (45) days from the Council’s resolution for determining the Tender, whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

1.11 PRECEDENCE OF DOCUMENTS

In the event of there being any conflict or inconsistency between the terms and conditions in this Request and those in the General Conditions of Contract, the terms and conditions appearing in this Request will have precedence.

1.12 REGISTRATION OR LICENSING OF CONTRACTORS

Where an act or ordinance of the state of Western Australia requires that a Contractor (as defined by the act or ordinance) be registered or licensed to carry out the work described in the Request documents, the Tenderer shall state on the Tender Form in the space provided, its registration or license number.

The Tender may not be considered if the Tenderer fails to provide such registration or license number.

1.13 ALTERNATIVE TENDERS

All Alternative Tenders must be accompanied by a conforming Tender.

Tenders submitted as Alternative Tenders or made subject to conditions other than the General and Special Conditions of Contract must in all cases arising be clearly marked “ALTERNATIVE TENDER”.

The Principal may in its absolute discretion reject any Alternative Tender as invalid.

Any printed “General Conditions of Contract” shown on the reverse of a Tenderer’s letter or quotation form will not be binding on the Principal in the event of a Contract being awarded unless the Tender is marked as an Alternative Tender.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 6 of 22

Page 7: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

1.14 TENDERERS TO INFORM THEMSELVES

Tenderers will be deemed to have:

(a) examined the Request and any other information available in writing to Tenderers for the purpose of tendering;

(b) examined all further information relevant to the risks, contingencies, and other circumstances having an effect on their Tender which is obtainable by the making of reasonable enquires;

(c) satisfied themselves as to the correctness and sufficiency of their Tenders including tendered prices which will be deemed to cover the cost of complying with all the Conditions of Tendering and of all matters and things necessary for the due and proper performance and completion of the work described therein;

(d) acknowledged that the Principal may enter into negotiations with a chosen Tenderer and that negotiations are to be carried out in good faith; and

(e) satisfied themselves they have a full set of the Request documents and all relevant attachments.

1.15 ALTERATIONS

The Tenderer must not alter or add to the Request documents unless required by these Conditions of Tendering.

The Principal will issue an addendum to all registered Tenderers where matters of significance make it necessary to amend or supplement the issued Request documents before the Deadline.

It is the responsibility of the tenderer to acknowledge receipt of any addendum issued by the Shire.

1.16 RISK ASSESSMENT

The Principal may have access to and give consideration to:

(a) any risk assessment undertaken by any credit rating agency;

(b) any financial analytical assessment undertaken by any agency; and

(c) any information produced by the Bank, financial institution, or accountant of a Tenderer;

so as to assess that Tender and may consider such materials as tools in the Tender assessment process.

Tenderers may be required to undertake to provide to the Principal (or its nominated agent) upon request all such information as the Principal reasonably requires to satisfy itself that Tenderers are financially viable and have the financial capability to provide the Services for which they are submitting and to otherwise meet their obligations under any proposed Contract. The Principal reserves the right to engage (at its own cost) an independent financial assessor as a nominated agent to conduct financial assessments under conditions of strict confidentiality. For this assessment to be completed, a representative from the nominated agent may contact you concerning the financial information that you are required to provide.

The financial assessment is specifically for use by the Principal for the purpose of assessing Tenderers and will be treated as strictly confidential.

1.17 EVALUATION PROCESS

This is a Request for Tender.

Your Tender will be evaluated using information provided in your Tender.

The following evaluation methodology will be used in respect of this Request:

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 7 of 22

Page 8: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

(a) Tenders are checked for completeness and compliance. Tenders that do not contain all information requested (e.g. completed Offer form and Attachments) may be excluded from evaluation.

(b) Tenders are assessed against the Selection Criteria. Contract costs are evaluated, e.g. tendered prices and other relevant whole of life costs are considered.

(c) The most suitable Tenderers may be short listed and may also be required to clarify their Tender, make a presentation, demonstrate the product/solution offered and/or open premises for inspection. Referees may also be contacted prior to the selection of the successful Tenderer.

A Contract may then be awarded to the Tenderer whose Tender is considered the most advantageous Tender to the Principal.

1.18 SELECTION CRITERIA

The Contract will be awarded to a Tenderer who best demonstrates the ability to provide quality products and/or services at a competitive price. The tendered prices will be assessed together with qualitative and compliance criteria to determine the most advantageous outcome to the Principal.

This means that, although price is considered, the Tender containing the lowest price will not necessarily be accepted, nor will the Tender ranked the highest on the qualitative criteria.

A scoring system will be used as part of the assessment of the qualitative criteria. Unless otherwise stated, a Tender that provides all the information requested will be assessed as satisfactory. The extent to which a Tender demonstrates greater satisfaction of each of these criteria will result in a greater score. The aggregate score of each Tender will be used as one of the factors in the final assessment of the qualitative criteria and in the overall assessment of value for money.

1.19.1 COMPLIANCE CRITERIA These criteria are detailed within Part 5 of this document and will not be point scored. Each Tender will be assessed on a Yes/No basis as to whether the criterion is satisfactorily met. An assessment of “No” against any criterion may eliminate the Tender from consideration.

1.19.2 QUALITATIVE CRITERIA In determining the most advantageous Tender, the Evaluation Panel will score each Tenderer against the qualitative criteria as detailed within Part 5 of this document. Each criterion will be weighted to indicate the relative degree of importance that the Principal places on the technical aspects of the goods or services being purchased.

It is essential that Tenderers address each qualitative criterion. Information that you provide addressing each qualitative criterion will be point scored by the Evaluation Panel. Failure to provide the specified information may result in elimination from the tender evaluation process or a low score.

1.19 PRICE CONSIDERATIONS

WEIGHTED COST CRITERIA

The weighted price method is used where price is considered to be crucial to the outcome of the contract. The price is then assessed with quality. Include any items that may affect any pricing outcomes. (Eg Regional Price Preference Policy).

Criteria Weighting

Tendered price

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 8 of 22

Page 9: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

1.20 REGIONAL PRICE PREFERENCE

Tenderers for these works may be afforded a preference in accordance with Regulation 24A-G of the Local Government (Functions and General) Regulations and the Buy Local Policy adopted 26 May 2010.

The Policy stipulates that:

A price preference will apply to suppliers who are based in and operate from within the Shire of Augusta-Margaret River in relation to all tenders invited by the Shire of Augusta Margaret River for the supply of goods and services and construction (building) services.

The preference enables businesses within the region to claim a price preference for their whole bid, (regardless of the origin of the labour or materials) as all labour and materials are deemed to be regional content. The regulations require the businesses to have been operating out of the local premises for a continuous period of not less than six months.

A 5% price preference, to a maximum of $25,000 applies to goods and services sourced and used in the Shire of Augusta – Margaret River.

A full version of the policy can be viewed on Council’s website at:

http://www.amrsc.wa.gov.au/council/policies-and-documents/finance-policies/

1.21 PRICE BASIS VARIABLE PRICES

All prices for goods/services offered under this Request are to be variable for Three (3) years. All prices will vary according to the variation mechanism outlined below:

a) Australian Consumer Price Index Perth Indices – March Annually

Unless otherwise indicated prices tendered must include all applicable levies, duties, taxes and charges. Any charge not stated in the Tender as being additional will not be allowed as a charge for any transaction under any resultant Contract.

1.22 OWNERSHIP OF TENDERS All documents, materials, articles and information submitted by the Tenderer as part of or in support of a Tender will become upon submission the absolute property of the Principal and will not be returned to the Tenderer at the conclusion of the Tender process PROVIDED that the Tenderer be entitled to retain copyright and other intellectual property rights therein, unless otherwise provided by the Contract.

1.23 CANVASSING OF OFFICIALS

If a Tenderer, whether personally or by an agent, canvasses any of the Principal’s Elected Members or Council Officers with a view to influencing the acceptance of any Tender made by it or any other Tenderer, then regardless of such canvassing having any influence on the acceptance of such Tender, the Principal may at its absolute discretion omit the Tenderer from consideration.

1.24 IDENTITY OF THE TENDERER

The identity of the Tenderer and the Contractor is fundamental to the Principal. The Tenderer will be the person, persons, corporation or corporations named as the Tenderer in Part 5 and whose execution appears on the Offer Form in Part 5 of this Request. Upon acceptance of the Tender, the Tenderer will become the Contractor.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 9 of 22

Page 10: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 1 READ AND KEEP THIS PART

1.25 COSTS OF TENDERING

The Principal will not be liable for payment to the Tenderer for any costs, losses or expenses incurred by the Tenderer in preparing their Offer.

1.26 TENDER OPENING

Tenders will be opened in the Principal’s offices, following the advertised Deadline. All Tenderers and members of the public may attend or be represented at the opening of Tenders.

The names of the persons who submitted a Tender by the due Deadline will be read out at the tender opening. No discussions will be entered into between Tenderers and the Principal’s officers present or otherwise, concerning the Tenders submitted.

The Tender opening will be held on as soon as practicable after the Deadline at the Shire Office, 41 Wallcliffe Road, Margaret River on Friday 29 August 2014 at 3.00pm.

1.27 IN-HOUSE TENDERS

The Principal does not intend to submit an in-house Tender.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 10 of 22

Page 11: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 2 READ AND KEEP THIS PART

2. SPECIFICATION

2.1 CONTRACT REQUIREMENTS IN BRIEF

Provision of landscape construction / maintenance services to the Shire of Augusta Margaret River. A full statement of the services required under the proposed contract appears in the Part 2.4.

2.2 INTRODUCTION

The Shire of Augusta Margaret River regularly require landscape construction / maintenance services that require a suitably experienced contractor to carry out numerous different tasks and seeks to appoint a contractor under a 3 year framework agreement.

From time to time specific projects that fall outside of landscape construction / maintenance services will also be required to be undertaken. Quotes for capital projects which fall outside of the Scope of Works will be requested as per Council’s purchasing policy.

The Shire of Augusta-Margaret River is a safety conscious Council and therefore our employees must work safely. We also require our Contractors and their employees to conform to the same safety regulations.

2.3 DEFINITIONS

Below is a summary of some of the important defined terms used in this Part:

Contractors Representative:

Means any Officer or person duly authorised by the Contractor, in writing, to act on its behalf for the purpose of the Contract.

Principals Representative: Means any Officer or person duly authorised by the Principal, in writing, to act on its behalf for the purpose of the Contract.

Works or Services: Means the Services, which the Contractor is required to provide to the Principal and the Contractor under the Contract.

2.4 SCOPE OF WORK

The scope of work specific to the Landscape Construction / Maintenance Services RFT includes but is not limited to the following:

• Minor fencing & repairs – supply of materials and installation

• Concreting – including minor kerbing jobs & footpaths and crossovers, footings and pram ramps,

• Blockwork – supply of materials and installation

• Paving – installation of new and repair of existing

• General Maintenance / Handyman services – including tiling, brick work and timber garden edging supply and installation

• Minor drainage – includes rock pitching, rain garden installation and drain installation

• Irrigation – supply, repair and install

• Minor infrastructure installation – including shelters, bin stands, play equipment and BBQs

• Street tree installation – including excavation, paving reinstatement and / or nib construction

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 11 of 22

Page 12: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 2 READ AND KEEP THIS PART

2.5 FRAMEWORK AGREEMENT

If appointed the agreement between the Contractor and the Principal shall be a Framework Agreement, under which there shall be no guarantee of work by the Principal to the contractor and each order shall constitute a separate contract.

2.6 SPECIFIC REQUIREMENTS OF THE CONTRACT

2.6.1 Performance measures

A 3 month probation period will apply to the contract to determine if the outcomes of the contract scope are being performed to the Shire’s expectation.

The Key Performance Indicators to be used are as follows:

KPI Performance Measure

Standard of workmanship Jobs have been completed to a high level of workmanship with little need of rework

Response time Jobs have been completed within timeframes or programmed to be completed as requested

Emergency callouts if required Response within 2 hours of callout and issue rectified or action programmed

Failure to meet the above Key Performance Indicators will result in the agreement between the successful tenderer and the Principal being terminated.

At the completion of the probation period further 3 - 6 monthly performance meetings will be held at the Principals discretion with the contractor to enable clear objectives and requirements to be maintained to the satisfaction of both the contractor and principal.

2.6.2 Capital Projects

Quotes for capital projects which fall outside of the Scope of Works will be requested as per Council’s purchasing policy.

2.6.3 Local Government Experience

A minimum of 3 years experience working for Local Governments is required and will need to be demonstrated.

2.6.4 Fire precautions

The Contractor shall take all necessary precautions against causing a fire and shall observe all precautions, bans and restrictions in force in the state of Western Australia at the time.

2.6.5 Notification of accidents

The Contractor shall notify the Superintendent of any and all accidents which may happen to his employees engaged on the Contract work within 24 hours of the occurrence of each such accident.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 12 of 22

Page 13: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 2 READ AND KEEP THIS PART

2.6.6 Insurances

Within 48 hours of acceptance of the tender and prior to commencement of any site work, the Contractor shall submit to the Superintendent, evidences of insurance policies as required by the General Conditions of Contract and selected options thereof.

2.6.7 Liabilities in the case of mistakes made by contractor

Where as a result of poor workmanship or materials or for any other reason within the control of the contractor, special testing, redesigning or additional particular effort is required by the Superintendent, the Contractor shall be liable to bear the full costs of such testing, redesign or additional particular effort and such money as may be deducted from payments otherwise due to the contractor.

2.6.8 Advertising and publicity

The contract shall not place or permit to be placed any advertisement on the site without the approval of the Superintendent.

The contractor shall not issue any information, publication, document or article for publication in any media which includes details of the work under the contract without the written approval of the Principal.

2.6.9 Noise / nuisance / damage

The contractor shall undertake his works in a manner and with such equipment so that no nuisance or damage is caused to buildings, grounds, fences, persons or services by whatever cause due to the works and shall make good this damage and bear any compensation.

This includes but is not limited to nuisance or damage caused by dust, smoke, windblown sand or debris, noise, vibration and electrical interference.

In all instances work methods shall be modified at the contractor cost to prevent nuisance or damage.

Where services are damaged the relevant Authority shall be notified immediately and all costs and charges paid by the Contractor at his cost.

Proof of settlement of any damage claims or rectification of damaged works shall be presented by the contractor prior to issue of Practical Completion.

2.6.10 Workers pets

The Contractor shall not permit employees’ pets on Site.

2.6.11 Professional conduct and public liaison standards

The Contractor shall ensure that all times the contractor’s employees and subcontractors are suitably attired and perform all works and deal with the public and relevant authorities in a professional and respectful manner. Offensive behaviour or language by any person employed in connection with work under the Contract is not permitted and will not be tolerated. Breaches of this requirement may result in the offender being removed from Site.

2.6.12 Duty to inform

On such occasions as the necessity shall arise, immediately inform the Shire of any defects in or deterioration of the premises or fixtures, fittings or furniture and of the presence of any vermin or unwholesome odours

2.6.13 Default

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 13 of 22

Page 14: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 2 READ AND KEEP THIS PART

If the Contractor:

• Is convicted of any criminal offence against the laws of the Commonwealth of Australia or in any State of the Commonwealth of Australia; or

• Has a petition lodge or any order made or a resolution passed for winding up the contractor, or if a Receiver of the undertaking of the contractor or any part be appointed.

Then, and in any said cases, it shall be lawful for the Client forthwith to determine this Contract.

2.6.14 Payment

Payment will be made on invoices for works carried out.

2.6.15 Security

The Client shall, if necessary, supply to the Contractor keys for the purpose of entering and securely locking the premises as required. The Contractor shall safeguard such keys in a manner satisfactory to the Client. The Contractor shall report immediately the loss of any such keys to the Client.

2.6.16 Access

All services under this Contract shall be carried out only at such times as agreed by the Client.

2.6.17 Removal Of Rubbish

The contractor shall during the work on site and at the end of each stage in the work and on request, remove from the site all rubbish and redundant equipment. At all times, the Contractor shall keep and leave the site in a clean and safe condition.

2.7 IMPLEMENTATION TIMETABLE

2.7.1 Callout response times

Response for callouts is required within 2 hours. This response is to advise Shire of a programmed action or to carry out the works, immediately if requested.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 14 of 22

Page 15: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 3 READ AND KEEP THIS PART

GENERAL CONDITIONS OF CONTRACT The General Conditions of Contract shall be those set out in WALGAs Procurement Handbook 2014 – General Conditions of Contract for the Supply of Goods and the Provision of General Services. Copies of these conditions are available on the Shire website at

3.1 ANNEXURE – PART A

The annexure Part A, Contract Specifics is reproduced with permission of WALGA, 15 Altona St, West Perth WA 6005.

Framework Agreement Yes The Principal’s Representative:

As described in the relevant order.

Contractor’s Representative: As described in the relevant order.

Start Date As described in the relevant order.

End Date The earlier of: (a) September 2017; and (b) the date this contract is

terminated under Clause 39.

Goods to be supplied As described in the relevant order.

Services to be provided As described in the relevant order.

Completion Date As described in the relevant order.

Delivery Point As described in the relevant order.

Site

As described in the relevant order.

Defects Liability Period As described in the relevant order.

Minimum level of Public Liability Insurance Cover required

$10,000,000

Minimum level of Contractor’s Vehicle Insurance Cover required

Third Party Property

Minimum Employee Insurance Cover required

Workers Compensation

Details required in Progress Claims and Invoices

Purchase order to be quoted on all invoices

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 15 of 22

Page 16: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 3 READ AND KEEP THIS PART

3.2 PART B

1. The following Clauses have been deleted from the General Conditions of Contract:

Clause 18 Not Used Clause 19 Not Used Clause 21 Not Used Clause 36 Not Used Clause 43.9 Not Used

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 16 of 22

Page 17: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 4 READ AND KEEP THIS PART

SPECIAL CONDITIONS OF CONTRACT

4.1 WORKPLACE SAFETY AND HEALTH

All persons shall use all appropriate safety equipment required for each task.

All persons to comply with Shire of Augusta Margaret River Occupation Safety and Health policy and procedures and may be required to attend an induction.

All work carried out shall comply with the Occupational Health Safety and Welfare Act 1984 and the Occupational Health Safety and Welfare Regulations 1984 as amended.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 17 of 22

Page 18: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 5 COMPLETE AND RETURN THIS PART

TENDERER’S OFFER

5.1 OFFER FORM

The Chief Executive Officer Shire of Augusta Margaret River PO Box 61 MARGARET RIVER WA 6285 (BLOCK LETTERS):

ADDRESS:

ABN

GST Status:

ACN (if any):

Telephone No: Facsimile No:

Email:

In response to RFT 05/15 Provision of Landscape Construction / Maintenance Services:

I/We agree that I am/We are bound by, and will comply with this Request and its associated schedules, attachments, all in accordance with the Conditions of Tendering contained in this Request signed and completed.

The tendered price is valid up to ninety (90) calendar days from the date of the tender closing or forty-five (45) days from the Council’s resolution for determining the Tender, whichever is the later unless extended on mutual agreement between the Principal and the Tenderer in writing.

I/We agree that there will be no cost payable by the Principal towards the preparation or submission of this Tender irrespective of its outcome.

The tendered consideration is as provided under the schedule of rates of prices in the prescribed format and submitted with this Tender.

Dated this __________ day of ______________________2014

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 18 of 22

Page 19: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 5 COMPLETE AND RETURN THIS PART

Signature of authorised signatory of Tenderer: Name of authorised signatory: (block letters): Position: Authorised Signatory Postal Address: Witness signature: Name of witness: (block letters) Position: Address:

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 19 of 22

Page 20: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 5 COMPLETE AND RETURN THIS PART

5.2 SELECTION CRITERIA

COMPLIANCE CRITERIA

Description of Compliance Criteria

(a) Tenderers are to provide acknowledgment that your organisation has submitted in accordance with the Conditions of Tender including completion of the Offer Form and provision of your pricing submitted in the format required by the Principal.

Yes / No

(b) Compliance with the Specification contained in the Request. Yes / No

(c) Compliance with the Implementation Timetable. Yes / No (d) Risk Assessment

Tenderers must address the following information in an attachment and label it “Risk Assessment” (a) An outline of your organisational structure inclusive of any branches and

number of personnel;

(b) If companies are involved, attach their current ASC company extracts search including latest annual return;

(c) Provide the organisations directors/company owners and any other positions held with other organisations;

(d) Provide a summary of the number of years your organisation has been in business;

(e) Attach details of your referees. You should give examples of work provided for your referees where possible;

(f) Are you acting as an agent for another party? If Yes, attach details (including name and address) of your principal;

(g) Are you acting as a trustee of a trust? If Yes, give the name of the trust and include a copy of the trust deed (and any related documents);and if there is no trust deed, provide the names and addresses of beneficiaries;

(h) Do you intend to subcontract any of the Requirements? If Yes provide details of the subcontractor(s) including; the name, address and the number of people employed; and the Requirements that will be subcontracted.

(i) Will any actual or potential conflict of interest in the performance of your obligations under the Contract exist if you are awarded the Contract, or are any such conflicts of interest likely to arise during the Contract? If Yes, please supply in an attachment details of any actual or potential conflict of interest and the way in which any conflict will be dealt with

(j) Are you presently able to pay all your debts in full as and when they fall due? (k) Are you currently engaged in litigation as a result of which you may be liable

for $50,000 or more? If Yes please provide details; and

(l) The insurance requirements for this Request are stipulated in Part 3 of this Request. Tenderers are to supply evidence of their insurance coverage including, insurer, expiry date, value and type of insurance. If Tenderers hold “umbrella Insurance” please ensure a breakdown of the required insurances are provided. A copy of the Certificate of Currency is to be provided to the Principal within 14 days of acceptance.

Yes / No

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 20 of 22

Page 21: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 5 COMPLETE AND RETURN THIS PART

QUALITATIVE CRITERIA

Before responding to the following qualitative criteria, Tenderers must note the following:

• All information relevant to your answers to each criterion are to be contained within your Tender;

• Tenderers are to assume that the Evaluation Panel has no previous knowledge of your organisation, its activities or experience;

• Tenderers are to provide full details for any claims, statements or examples used to address the qualitative criteria; and

• Tenderers are to address each issue outlined within a qualitative criterion.

a) Relevant Experience & Demonstrated Ability Tenderers must address the following information in an attachment and label it “Relevant Experience & Demonstrated Ability”: (a) Provide details of similar work completed; (b) Provide project reference sheet; (c) Demonstrate experience at a Local Government level; and (d) Demonstrate competency and proven track record of achieving outcomes.

Weighting

“Relevant Experience”

Tick if attached

b) Key Personnel skills and experience Tenderers must address the following information in an attachment and label it “Key Personnel Skills and Experience”: (a) Their role in the performance of the Contract; (b) Curriculum vitae inclusive of, Membership to any professional or business

association; Qualifications.

Weighting

“Key Personnel Skills and

Experience”

Tick if attached

c) Tenderer’s Resources Tenderers, as a minimum, should provide a current commitment schedule and plant/equipment schedule and must address the following information in an attachment and label it “Tenderers Resources”: (a) Plant, equipment and materials; and (b) Any contingency measures or back up of resources including personnel

(where applicable).

Weighting

“Tenderer’s Resources”

Tick if attached

d) Demonstrated Understanding Tenderers must supply details and provide an outline of your proposed methodology and address the following information in an attachment and label it “Demonstrated Understanding”: a) Provide methodology for fee calculation; and b) The process for the delivery of the services. c) Understanding and ability to meet emergency call out response time

Weighting

“Demonstrated Understanding”

Tick if attached

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 21 of 22

Page 22: REQUEST FOR TENDER - Shire of Augusta–Margaret River

PART 5 COMPLETE AND RETURN THIS PART

PRICE INFORMATION Tenderers must complete the following “Price Schedule”.

Before completing the Price Schedule, Tenderers should ensure they have read this entire Request.

The fees and hourly rates provided by tenderers in their tenders shall be inclusive of labour, supervision, overhead expensed, profit, rubbish removal, overtime, GST and all other elements of cost exclusive of materials and parts. Tenderers must also submit a percentage overhead, including all profit, for the supply of all materials and parts.

Item Description Amount

1.0 Hourly rate during business hours $ per hour

2.0 After hours hourly rate (weekdays) If applicable $ per hour

3.0 Weekend hourly rate. If applicable $ per hour

4.0 Emergency call out fee (if any) during business hours

$ flat fee

5.0 Concrete installation over 30squ metres $ squ mt

5.0 Percentage overhead for materials and parts, including profit (receipts will need to be provided on request)

%

REGIONAL PRICE PREFERENCE

As per Clause 1.21 Regional Price Preference please state place of origin.

RFT 05/15 Provision of Landscape Construction / Maintenance Services Page 22 of 22