Request for TenderPart C – Returnable Schedule
Request for Tender
Lawton Reserve No 2 Soccer Pitch Reconstruction
Contract No. 2019/20-77
Part CC1. Instructions
C2. Tender Form (Returnable)
Request for Tender - Part C – Returnable Schedule 1
1. Instructions
Prospective Tenderers are to complete the document contained within Part C2 detailing their offer to Council and submit it to Council in accordance with the Tendering Conditions.
Note:
Council has chosen to set out this document in a particular way, taking into account the evaluation process.
Do not alter the layout of this document and confine your responses to each particular issue in the sequence given.
Responses are to be answered in the form provided not elsewhere in your submission.
All documents must be submitted in PDF or Microsoft Office Format (Word) only. References to a Dropbox, Cloud or any other third party links will not be accepted.
You must only lodge the Tender Offer and supporting material in the electronic Tender box (Tender Box) in accordance with the Tender conditions, (Refer Part A). Tender Offers submitted to Council officers or Council sites will not be accepted.
Council’s electronic Tender Box may experience a high traffic volume load leading up to the nominated Tender close date and time. It is your responsibility to ensure you allow enough time to upload and commit your response. It is advisable when submitting your Tender offer not leaving it to the last moment, as disappointment may be encountered if your Tender submission has not fully completed its upload by the nominated closing date and time. Your Tender submission must be fully accepted at the Frankston City Council electronic Tender Box, not when it has been sent. File transfers still in progress at the exact closing time will not be accepted.
Each document forming the Tender Offer must not be greater than 20 Mb in size.
You must not withdraw the Tender Offer once lodged for a period of 60 days.
Request for Tender - Part C – Returnable Schedule 2
2. Tender Form
2.1 Tenderer’s Details
Contract No: 2019/20-77
Contract Name: Lawton Reserve No 2 Soccer Pitch Reconstruction
Dated this day of 2020
Full Company Name
Trading Name
Registered Office /
Business Address
Mailing Address
A.B.N.
A.C.N.
Contact Person
Office Telephone
Mobile Telephone
Email Address
Note:Council cannot enter into a contract with a Trust as it is a non-legal entity. It is however able to enter into a contract with a company or individual. The ABN / ACN listed above should not contain the trust ABN / ACN.
Request for Tender - Part C – Returnable Schedule 3
2.2 Lump Sum Price (Australian Dollars)
For the carrying out of the services/works under the Contract, the Lump Sum Tender prices is:
Amount (excl. GST) $
GST Amount $
Grand Total Amount (incl. GST) $
Grand Total Amount (incl. GST amount in words)
NOTE: This is a Lump Sum Contract and therefore includes all disbursements including but not limited to printing, photocopying, postage, travel time and costs.
The Contract Sum payable by Council is not subject to rise and fall in the costs of labour, materials or any other items and is subject to variation only in accordance with the Contract.
Request for Tender - Part C – Returnable Schedule 4
2.3 Bill of Quantities
This BILL OF QUANTITIES is provided only as a guide to assist Tenderers in submitting a price. TENDERERS ARE REMINDED THAT THIS IS A LUMP SUM FIXED PRICED CONTRACT.
Note that the quantities shown have been taken out with all due care by the Frankston City Council; however no responsibility is accepted for their ultimate accuracy.
The Tenderer is expected to take out their own quantities for each item. This Bill of Quantities is NOT a fully detailed plant, labour, materials and activity list of the works as expressed on the construction drawings and associated detailed project and authority specifications, relevant Acts, Regulations and Codes. The submitted Lump Sum to perform the works shall include all the costs that the Tenderer would incur to perform the construction as proposed and collate those costs relevant to the items of this schedule. The Tenderer is expected to take out their own quantities for each item. If the Tenderer believes that there are activities and or expenses that are inappropriate to any of the scheduled items, then the Tenderer shall utilise "ADDITIONAL ITEMS", expressing a brief detail and the Tendered cost.
TENDERERS ARE REMINDED THAT THIS IS A LUMP SUM FIXED PRICED CONTRACT.
ENSURE THAT GST IS NOT INCLUDED IN THE RATE FOR EACH LINE ITEM.
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT
1 PRELIMINARY WORK1.1 Provision of Dilapidation Report
1 Item
1.2 Site establishment including all plant & equipment mobilisation 1 Item
1.3 Provision of Job Site Analysis, including Job Site management Plan, Traffic Management Plan, Environmental management Plan, Contract Specific Quality Plan
1 Item
1.4 Survey – Set out location of new playing surface and record all existing infrastructure by approved licenced surveyor
1 Item
1.5 Provision of temporary fencing throughout the project 1 Item
1.6 Locating and depth of all services(Dial Before You Dig) 1 Item
1.7 Conduct electronic location for any live electrical wiring on this site 1 Item
1.8 Provision of water cart to be operational on site for the entire project 1 Item
1.9 Supply & install FCC standard Project Sign1 Item
1.10 Supply As Built Drawings as specified1 No
1.11 Treat the surface to kill the existing vegetation with the method/chemical approved and requested by Council.
2 Qty
Sub Total Item 1 $
Request for Tender - Part C – Returnable Schedule 5
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT2 SITE CLEARING
2.1 Remove existing goal post & footings and store for reinstallation 1 Item
2.2 Remove existing soccer pitch chainmesh fence and dispose off site 375 L/m
2.3 Remove and retain for re-use the existing shelters and dispose of the existing concrete pads
2 No
2.4 Decommission & remove existing irrigation system 1 Item
2.5 Remove any other items that currently exist on the site that may impact on the works 1 Item
Sub Total Item 2 $
3 INITIAL EARTHWORKS3.1 Remove and dispose off-site of the top
50mm layer from the entire playing surface 445 Cub.m
3.2 Cultivate surface of subgrade1 Item
3.3 Reshape the surface according to design drawings
(i) Cutting required2,212 Cub.m
(ii) Filling required29 Cub.m
(iii) Remove and dispose of excess material2,183 Cub.m
3.4 Consolidate subgrade1 Item
3.5 Survey – Provide a level survey report performed and certified by an approved qualified licenced surveyor, at max 5m grid interval, upon completion of the subgrade to check accuracy. Submission in both pdf & AutoCAD format.
1 Item
Sub Total Item 3 $
Request for Tender - Part C – Returnable Schedule 6
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT4 SETTING OUT OF INFRASTRUCTURE
4.1 Set out the location of all infrastructure to be installed in the site using an approved qualified licenced surveyor and make adjustments where directed then record exact location of each infrastructure so it can be replicated when required.
1 Item
Sub Total Item 4 $
5 SOCCER GOALS5.1 Mark out location of soccer goals
1 Item
5.2 Install ground tubes and footings in accordance with manufactures recommendations
4 No
5.3 Reinstate existing soccer goals2 No
Sub Total Item 5 $
6 CONCRETE INVERT CHANNEL AND CONCRETE EDGE STRIP6.1 Supply all material, plant, labour, machinery
& install concrete open invert channel with any drainage pits required in the invert channel
193 L/m
6.2 Supply all material, plant, labour, machinery & install a concrete edge strip along the Southern and Western sides.
193 L/m
Sub Total Item 6 $
7 BOUNDARY FENCE AND ACCESS GATES7.1 Supply and Install new black chain mesh
pipe rail fence with openings for access as per Design Drawings including a new ball screen incorporated into the fence at the Eastern end of field.
386 L/m
7.2 Supply all material, plant, labour & machinery and install new double gates where specified.
2 No
7.3 Supply all material, plant, labour & machinery and install new single gates where specified along the Southern and Western sides.
3 No
Sub Total Item 7 $
8 SHELTERS8.1 Reinstate existing shelters and construct
new concrete pads and synthetic grass surface.
2 No
Sub Total Item 8 $
Request for Tender - Part C – Returnable Schedule 7
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT9 SYNTHETIC GRASS PADS
9.1 Supply all material, plant, labour & machinery & install the following concrete pads to be covered with a Proplay shock pad & DESSO IDNA-X synthetic grass with sand & rubber in-fill
9.2 Forward of shelters 2 @ (4.1m x 2m)16.4 Sq.m
9.3 Single access gates 3 @ (2m x 2m)12 Sq.m
9.4 Double access gate 2@ (2m x 5m)20 Sq.m
Sub Total Item 9 $
10 SUBSURFACE DRAINAGE WORK10.1 Mark out location of all subsurface drains
1 Item
10.2 Test screenings to be used in the drains2 Item
10.3 Dig drainage trenches, discard excavated material, supply, lay & joint drainage pipe then backfill with screenings
(i) Perimeter drain consisting of 160mm diam slotted drain coil pipe 181 Lin.m
(ii) Lateral drains consisting of 100mm diam slotted drain coil pipe 1,900 Lin.m
10.4 Dig drainage trenches, supply, lay, joint drains then backfill with spoil
(i) Install collector drain consisting 225mm diam solid PVC pipe 10 Lin.m
Sub Total Item 10 $
11 CONNECTION TO STORMWATER DRAINAGE SYSTEM11.1 Connect subsurface drainage system to
existing stormwater drainage system as per drawing
1 Item
Sub Total Item 11 $
Request for Tender - Part C – Returnable Schedule 8
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT12 IRRIGATION WORK
12.1 Set out sprinkler positions by licensed surveyor 1 Item
12.2 Flow Test
(i) Perform pressure & volume test at tapping point and report to Council Supervision 1 Item
12.3 Master Solenoid Valve
(i) Fit new 50mm Hunter ICV Master Solenoid Valve for new pitch irrigation 1 Item
12.4 Controller
(i) Programming of controller stations, including electrical test and communication check
1 Item
12.5 Pipework & Fittings
Supply, lay & trench then backfill according to specification
(i) 90mm PN 12.5 PE 100b poly - main using electrofusion fittings 400 Lin.m
(ii) 74mm PN 12.5 PE100b poly - lateral using electrofusion fittings 600 Lin.m
12.6 Cable
(i) Electrical conduit below and above ground 32mm 380 Lin.m
(ii) Supply and lay 1.0 sqm 13 core multi-core cable for active and common wire 470 Lin.m
12.7 Solenoid Valves
(i) Supply & install Hunter 50mm ICV solenoid valve assembly including ball valve, nipple, valve box, bearers and fittings.
12 No
(ii) Supply & install Hunter 40mm ICV solenoid valve assembly including ball valve, nipple, valve box, bearers and fittings.
8 No
12.8 Mainline Isolating Valves
(i) Supply & install 80mm T handle tested gate valve, valve box & fittings 3 No
12.9 Sprinklers
(i) Supply and fit Hunter I-40-06-SS-R-B pop up sprinkler with #23 nozzle & 25mm swing joint o-ring riser assembly
48 No
12.10 Clean Up
Request for Tender - Part C – Returnable Schedule 9
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT(i) Trench compaction and remove excess
clean material from site 1 Item
12.11 Other Items
(i) Pick up sprinkler, valve and pipe positions by Licensed Surveyor 1 Item
(ii) Provide X-Y co-ordinates on spreadsheet1 Item
(iii) Prepare as constructed drawing and provide two hard copies and on USB 1 Item
(Iv) Prepare maintenance manual and provide hard copy and electronic copy 1 Item
(v) Testing, maintenance & commissioning1 Item
Sub Total Item 12 $
13 CONSTRUCTION OF SAND ROOTZONE LAYER13.1 Supply and place 250mm deep (solid
volume) sand rootzone layer to subgrade 2,250 Cub.m
13.2 Test sand to be used in the rootzone layer when stockpiled and following delivery(1 test per 500m3)
18 No
Supply & Amend With The Following
13.3 Supply & spread starter fertiliser(NPK 8:10:10) @ 400kg/ha 360 kg
13.4 Supply & spread slow release nitrogen @ 250kg/ha 225 kg
13.5 Supply & spread agricultural lime @ 1.5 t/ha1.35 Tonne
13.6 Supply & spread dolomite lime @ 1.5 t/ha1.35 Tonne
13.7 Supply & spread granulated decomposed poultry manure @ 5 t/ha 4.5 Tonne
13.8 Thoroughly mix amendments and applied sand to a depth of 100mm 1 Item
13.9 Laser level & roll to produce a smooth consolidated surface 1 Item
Sub Total Item 13 $
14 SUROUNDINGN INFRASTRUCTURE14.1 Modify surrounding infrastructure to match
new sportsfield surface 1 Item
Sub Total Item 14 $
Request for Tender - Part C – Returnable Schedule 10
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT15 FINAL SURFACE WORKS
15.1 Final shaping1 Item
15.2 Set sprinkler heads & solenoid boxes to correct height as specified 1 Item
15.3 Supply & apply starter fertiliser @ 300 kg/h270 kg
15.4 Supply & lay unwashed Santa ana couch sods 9,000 Sq.m
Sub Total Item 15 $
16 MAINTENANCEMaintain sportsfield surface for a period of 16 weeks commencing on date of grassing including the following works
16.1 Water entire surface regularly and ensure surface is adequately watered in accordance with specification
1 Item
16.2 Fertilising - 1 application of Turf Starter 2 weeks after grassing @ 200 kg/ha 180 kg
16.3 Fertilising - 7 applications of fertiliser consisting of NPK 20:5:20 or similar @ 150 kg/ha
945 kg
16.4 Fertilising - 1 application of Magnesium Sulphate @ 100 kg/ha 90 kg
16.5 Mowing using sharp cylinder mower @ 20mm height and repeat before height reaches 25mm as per specification requirement 2-3 times per week
1 Item
16.6 Allow for application of insecticide (eg chlorpyrifos or equivalent) to control grubs 1 Item
16.7 Allow for application of iprodione fungicide or equivalent 1 Item
16.8 Allow for application of Fosetyl fungicide or equivalent 1 Item
16.9 Allow for application of Monument herbicide or equivalent 1 Item
16.10 Allow for application of Spearhead herbicide or equivalent 1 Item
16.11 Allow for application of Daconate herbicide or equivalent 1 Item
16.12 Topdress the outfield with suitable sand @ 100 cub.m/ha (solid volume) then brush well in
90 Cub. m
16.13 Roll the surface4 No
16.14 Allow for oversowing with turf perennial ryegrass @ 300 kg/ha 270 Kg
Sub Total Item 16 $
17 CONSTRUCTION WORKS
Request for Tender - Part C – Returnable Schedule 11
ITEM DESCRIPTION OF WORK QTY UNIT RATE AMOUNT17.1 Remove from the site all surplus material
and dispose off site 1 Item
17.2 Repair or re-instate all access areas that may have been damaged or disturbed during the project
1 Item
Sub Total Item 17 $
18 SUBMISSION18.1 Provision of all delivery dockets for all
materials to site and all trade certificates by plumbers, electricians and any other trades as required.
1 Item
18.2 Provide proposed work schedule1 Item
Sub Total Item 18 $
19 SURVEY19.1 Conduct level survey performed and
certified by a qualified Licenced surveyor at max 5m grid interval, submission in both pdf & AutoCAD format following topdressing prior to handover
1 Item
Sub Total Item 19 $
20 OTHER ITEMS20.1 Any other item(s) required for the
successful completion of the project (provide Itemised Breakdown)
Sub Total Item 20 $21 PROVISIONAL ITEMS
21.1 Provisional sum for “Poor” ground conditions and utilities diversion 15,000.00
21.2 Hollow core surface then clean up(Optional - TBC) 1 Item
21.3 Double scarify surface then clean up (Optional - TBC) 1 Item
Sub Total Item 21 $
Total Amount (Excluding GST) Items 1 - 21 $
GST Amount Items 1 - 21 $
Grand Total (Including GST) Items 1 - 21 $
Request for Tender - Part C – Returnable Schedule 12
2.4 Cost Savings
Please detail any cost savings that could be made to the proposed Contract including details of material, quality, quantity changes and the finance and/or time savings that could be made.
2.5 Value Add
Please advise any Value Added Work(s)/Service(s) the Tenderer would like to offer
Request for Tender - Part C – Returnable Schedule 13
2.6 Trading History
2.6.1 Please provide a brief history of the Tenderer, including description of primary business.
2.6.2 Please state the ownership of the Tenderer and List other financial interests held by the Tenderer.
2.6.3 How many years has the Tenderer been in the business under its current business name?
2.6.4 How many years’ experience has the Tenderer had in the type of service / works it would be required to provide under the Contract?
2.6.5 Please list any trade or professional associations that the Tenderer is a member of?
2.6.6 Have any civil court or tribunal judgements been obtained against the Tenderer in the past 7 years? If so, provide details.
Request for Tender - Part C – Returnable Schedule 14
2.7 Customers & Staff
2.7.1 How would a customer complaint about an employee be handled?
2.7.2 How would a customer complaint about the quality of work be handled?
2.7.3 What methods and processes are used to ensure staff adhere to the Contract conditions?
2.7.4 Does the Tenderer have an Equal Employment Opportunity Policy?
Request for Tender - Part C – Returnable Schedule 15
2.8 Performance on Similar Projects & Referees
2.8.1 The Tenderer shall submit details describing its previous relevant experience and achievements in performing similar or comparable work, together with names of clients or authorities for which work was undertaken, including telephone numbers of contact persons and the date when such work was carried out.
This Request for Tender requires a minimum of 3 references. There is a preference for the referees to be from a Council or government agency, or where the work completed is similar in nature to that requested in this Tender. Referees must be from outside Frankston City Council.
Referees should be advised that a member of the evaluation team may contact them with regard to this Tender and have given their express permission.
Project 1 & Referee Details
Contract Name:
Location:
Description of Work Performed:
Client’s Name:
Total Contract Value $
Contract Start Date:
Contract Finish Date
Contact Details of Client’s Representative:
Name:
Position:
Address:
Phone Number:
Email address:
Request for Tender - Part C – Returnable Schedule 16
Project 2 & Referee Details
Contract Name:
Location:
Description of Work Performed:
Client’s Name:
Total Contract Value $
Contract Start Date:
Contract Finish Date
Contact Details of Client’s Representative:
Name:
Position:
Address:
Phone Number:
Email address:
Request for Tender - Part C – Returnable Schedule 17
Project 3 & Referee Details
Contract Name:
Location:
Description of Work Performed:
Client’s Name:
Total Contract Value $
Contract Start Date:
Contract Finish Date
Contact Details of Client’s Representative:
Name:
Position:
Address:
Phone Number:
Email address:
* Add tables as necessary
Note : Council will treat the contact persons set out above as the Tenderer’s referees and may contact any or all of the nominated personnel, or any other relevant person representing the nominated organisation. Any information provided by the referees will be treated as having been given as commercial in confidence.
Request for Tender - Part C – Returnable Schedule 18
2.9 Methodology, Timeframes & Ability to Meet Technical Requirements
2.9.1 Please provide intended methodology for the carrying out of this Contract.
This should include:
Contract commencement date, completion date and duration.
(Duration cannot exceed 12 Months from possession of site to issuing practical completion).
2.9.2 Please attach a Project Plan including activities and timelines for the completion of the Project. Please mark appropriate box below.
Attached ☐ Yes ☐ No
Request for Tender - Part C – Returnable Schedule 19
2.9.3 Please provide evidence of this type of methodology utilised on other Contracts.
2.9.4 The commencement and completion dates of all the required works and trades on site.
2.9.5 Identify any staging or early works.
Request for Tender - Part C – Returnable Schedule 20
2.9.6 Identify critical path activities.
2.9.7 Any float in the Programme.
2.9.8 Authority approval process.
2.9.9 Industrial RDOs and Public holidays.
Request for Tender - Part C – Returnable Schedule 21
2.9.10 Working days (Calendar).
2.9.11 Include a 5 day allowance for inclement weather.
2.9.12 Confirm earliest possible start date.
2.9.13 Please advise the steps the Tenderer will take to ensure that supplies are delivered as required and there will be no work stoppages due to lack of materials.
Request for Tender - Part C – Returnable Schedule 22
2.9.14 Please advise the steps the Tenderer will take to ensure that the Contractor and sub-contractors will adhere to the Contract Conditions, that the work will be to the highest standard and there will be no work stoppages due to lack of labour.
2.9.15 Please advise the steps the Tenderer will take to ensure that the Contract throughout runs to the scheduled time lines and within budget.
2.9.16 Frankston City Council has a goal of zero variance contracts. How will the Tenderer work collaboratively with Council to ensure this?
2.9.17 What do you consider to be the key issues with management of the Contract and how this will be managed?
Request for Tender - Part C – Returnable Schedule 23
2.9.18 Please advise how the Tenderer will work with the Council Contract Supervisor to ensure Council is fully informed in regard to the contract progress, including management of Requests for Information.
2.9.19 Please advise how the Tenderer will communicate and collaborate with/through Councils Contract Supervisor.
2.9.20 Please advise the process to ensure all the requirements and deliverables within Part B, Project Brief are met.
2.9.21 Please advise how do you manage stakeholders having competing priorities.
Request for Tender - Part C – Returnable Schedule 24
2.10 Current Commitments and Available Resources to Complete Project
2.10.1 Please list all projects the Tenderer will be managing within the same time frame as this Tendered Project.
Project 1Name.Work Value.Start Date.End Date.Scope.
Project 2Name.Work Value.Start Date.End Date.Scope.
Project 3Name.Work Value.Start Date.End Date.Scope.
** Tenderers are requested to add projects as necessary.
2.10.2 Project Completion
Please advise how you will ensure that the Project will be completed on time.
Request for Tender - Part C – Returnable Schedule 25
2.10.3 Tenderers Resources
Please state the resources that will be allocated to the performance of the Project.
Detail below the nominated members of the Project Team.
Team Member 1
Name.
Position.
Years in Industry.Project Experience and Expertise.
Qualifications/Professional Membership.
Team Member 2
Name.
Position.
Years in Industry.Project Experience and Expertise.
Qualifications/Professional Membership.
Team Member 3
Name.
Position.
Years in Industry.Project Experience and Expertise.
Qualifications/Professional Membership.
Request for Tender - Part C – Returnable Schedule 26
Team Member 4
Name.
Position.
Years in Industry.Project Experience and Expertise.
Qualifications/Professional Membership.
** Add as necessary
Request for Tender - Part C – Returnable Schedule 27
2.10.4 Sub-contractors
Will any sub-contractors be engaged by the organisation in the completion of this Tender?Please mark appropriate box below.
☐ Yes ☐ No
If “Yes”, please complete the table below for each contractor to be engaged.
Sub-Contractor 1Business Name.Project RolesandResponsibilities.Previous Project Engagement ofSub-Contractor.Previous Project$ Value of Work.
Sub-Contractor 2Business Name.Project RolesandResponsibilities.Previous Project Engagement ofSub-Contractor.Previous Project$ Value of Work.
Sub-Contractor 3Business Name.Project RolesandResponsibilities.Previous Project Engagement ofSub-Contractor.Previous Project$ Value of Work.
Sub-Contractor 4Business Name.Project RolesandResponsibilities.Previous Project Engagement ofSub-Contractor.Previous Project$ Value of Work.
** Add as necessary
Request for Tender - Part C – Returnable Schedule 28
2.11 Occupational Health and Safety (OHS) Policy and Management
2.11.1 Occupational Health and Safety (OHS) Policy and Management
YES NO
Does the Tenderer have a third party certified Occupational Health & Safety Management System? If so, please attach a copy. If attached, tick ‘Yes’ and proceed to question 2.13.
☐ ☐
Does the Tenderer have a written health and safety policy? (If yes, a copy of the policy may be requested for verification.) ☐ ☐
Does the Tenderer have an OHS Management System certified by a recognised independent authority (e.g. SafetyMAP)? ☐ ☐
Does the Tenderer have a documented OHS Management System? (If yes, a copy of the contents page(s) may be requested for verification.) ☐ ☐
Are health and safety responsibilities formally identified for all levels of staff? (If yes, provide details.) ☐ ☐
2.11.2 Safe Work Practices and Procedures
YES NO
Has the Tenderer prepared safe operating procedures or specific Safety instructions relevant to its operations? (SWMS) (If yes, a list of procedures/instructions may be requested for verification.)
☐ ☐
Does the Tenderer have any Permit to Work systems? (If yes, a summary list of permits may be requested for verification.) ☐ ☐
Does the Tenderer have a documented incident investigation procedure? (If yes, a copy of an incident report form may be requested for verification.)
☐ ☐
2.11.3 Plant
YES NO
Does the Tenderer have procedures for maintaining, inspecting and assessing the hazards of plant operated/owned by the Tenderer? ☐ ☐
Does the Tenderer have procedures to ensure that all plant is registered and operators licensed? ☐ ☐
Request for Tender - Part C – Returnable Schedule 29
2.11.4 Hazardous Substances
YES NO
Does the Tenderer have procedures for storing, handling and disposing of hazardous substances? ☐ ☐
2.11.5 Manual Handling
YES NO
Does the Tenderer have procedures for identifying, assessing and controlling risks associated with manual handling? ☐ ☐
2.11.6 Health and Safety Training
YES NO
Describe how health and safety training is conducted by the Tenderer.
Does the Tenderer maintain a record of all training and induction programs undertaken for employees? ☐ ☐
2.11.7 Health and Safety Workplace Inspection
YES NO
Does the Tenderer undertake regular health and safety inspections at worksites? ☐ ☐
Does the Tenderer use standard inspection checklists to conduct workplace health and safety inspections? ☐ ☐
Does the Tenderer have procedures by which employees can report hazards at workplaces? ☐ ☐
Request for Tender - Part C – Returnable Schedule 30
2.11.8 Health and Safety Consultation
YES NO
Does the Tenderer have a workplace health and safety committee? ☐ ☐Does the Tenderer involve employees in decision making over health and safety matters? ☐ ☐
Does the Tenderer have employee elected health and safety representatives? ☐ ☐
2.11.9 Health and Safety Performance Monitoring
YES NO
Does the Tenderer have a system for recording and analysing health and safety performance statistics? ☐ ☐
Are employees regularly provided with information on company health and safety performance? ☐ ☐
Has the Tenderer ever been convicted of an occupational health and safety offence in the last 5 years? (If yes, provide date and details of offence.)
☐ ☐
2.11.10 OHS Record
Provide details of Lost Time Injuries (LTI) using the following table format:
1 Jan – 31 Dec 2017 1 Jan – 31 Dec 2018 1 Jan – 31 Dec 2019
LTI total hours
Number of Hours Worked in the Period
LTIFR
= LTI's in the Period x 1,000,000 / Number of Hours Worked in the Period
Lost Time Injury Frequency Rate (LTIFR) are the number of injuries per million hours worked.
Request for Tender - Part C – Returnable Schedule 31
2.12 Local Content
Frankston City Council has made a commitment to growing its local economy (for further detail regarding this please refer to the Frankston Industry Participation Plan (FIPP) www.frankston.vic.gov.au/business ).
Prospective Tenderers are requested to provide detail with regards to, local employment opportunities, local goods and services and skills and technology that could be anticipated as part of their Tender submission.
There are a range of Council services available to all Tenderers to assist with addressing local content.
a) Employment Creation Opportunities
Please provide detail of the anticipated employment opportunities created in the Frankston City municipality as a result of your Tender. Please also specify if you will be hiring or employing apprentices and/or trainees (Express the number of jobs by Equivalent Full Time (EFT)).
To assist Apprentices & Trainees are defined as:
Apprentices & Trainees – Are those employees engaged in a State or Federal Government approved apprenticeship or traineeship. (approved by the Department of Education, Employment and Work place Relations of the Department of Education and Early Childhood Development).
b) Local and Imported Content
Please detail below in Table 1 the anticipated local and imported content as a percentage of your overall contract price. Please note that this is an estimate (only) and should focus on key inputs into the contract.
To assist ‘Local and Local Content’ is defined as:
Local – covers businesses located in Frankston City (Frankston, Frankston North, Carrum Downs, Langwarrin, Seaford, Skye, Sandhurst and Karingal).
Local Content – products sourced from a business located in Frankston City. It does not refer to the origin of the product. Example: timber purchased from a timber yard in Seaford is considered local content even though the product origin is Tasmania.
Request for Tender - Part C – Returnable Schedule 32
Table 1 – Local and Imported Content as percentage (%) of Contract Price:
Locally Sourced Content
Item Supplier/s % Description
e.g. Granite XYZ Quarry Langwarrin 10% Stone
Imported Content (not local)
Item Supplier/s % Description
e.g. Piping Smith & Sons Plumbing Chelsea
2%
Plumbing
TOTAL:
c) Skill and Technology Transfer
New and innovative skills, methods or technologies can contribute significantly to a local industry. Without disclosing intellectual property or trade secrets, briefly describe if and how you intend to utilise innovative skills or technology in the completion of this project.
To assist ‘Technology and Skills Transfer’ is defined as:
Technology/Skills Transfer – relates to new machinery, equipment, processes and skills used on a project.
Request for Tender - Part C – Returnable Schedule 33
2.13 Child Safety Standards Assessment
Council is committed to promoting child safety and ensuring compliance with the Victorian Child Safe Standards. As a key priority, Council is activity promoting child safety and reducing the factors that lead to children being harmed.
As a Child Safe Organisations, Council reviews contractors who are undertaking work on behalf of Council who may involve direct or incidental contact with children (see Definitions table On Page 41).
Council’s Child Safe Policy and Child Safety Statement of Commitment is available from Council's website.
Child Safety Assessment Part 1
1 Will any of the following situations involving children under 18 years of age (see below for further information) apply to this contract:
a) Direct care / supervision / engagement with children ☐ Yes
☐ No
b) Storing and / or using information / data about children ☐ Yes
☐ No
c) Incidental Contact including situations where the contractor may be working at locations where children are / may be present.
☐ Yes
☐ No
2 Is your organisation / company required to be compliant with the Child Safe Standards?
For more information see www.ccyp.vic.gov.au/child-safety/
☐ Yes
☐ No
If yes, proceed to Q3.
3 If yes, is your organisation / company compliant with the Child Safe Standards?
☐ Yes
☐ No
INSTRUCTIONS
If you answered No to all of the above, no further information is required –do not complete Part 2 of the Child Safety Assessment on the next page.
If you answered Yes to any of the above, please complete Part 2 of the Child Safety Assessment set out on the next 2 pages.
Request for Tender - Part C – Returnable Schedule 34
Child Safety Assessment Part 2
In relation to compliance with the Victorian Child Safe Standards, verify the measures below that your organisation / company currently has in place. Note: If your organisation / company has:
direct care or supervision of children or stores information / data about children, use the first column and verify the measure currently in place.
incidental contact only with children, use the second column and verify those measures currently in place.
Child Safety Assessment Part 2
Direct Contact & / or is Storing Information
Incidental Contact
Examples of Measures
Standard 1
There is an organisational culture of child
safety, including through effective
leadership arrangements
Management Committee / Board has designated Child Safety Officer / Committee.
☐ Yes
☐ NoNot
required
Child Safe Training is a requirement for Management Committee / Board members.
☐ Yes
☐ NoNot
required
Child Safety is a standard agenda item for meetings ☐ Yes
☐ NoNot
required
Standard 2
There is an child safe policy or statement of
commitment to child safety
There is a Child Safety Policy or statement of commitment to child safety.
☐ Yes
☐ No
☐ Yes
☐ No Frankston City Council’s Child Safe Policy has been read and understood.
The Child Safe Commitment Statement/ Policy is displayed in a visible location for staff / volunteers / service users to see.
☐ Yes
☐ No
☐ Yes
☐ No
Standard 3
A code of conduct sets
clear expectations for
appropriate behaviour for
children
There is a code of conduct that establishes clear expectations of staff and volunteers for appropriate behaviour with children.
☐ Yes
☐ NoNot
required
Processes are in place for reporting inappropriate behaviour of staff / volunteers.
See Reportable Conduct Scheme
☐ Yes
☐ No
☐ Yes
☐ No
Processes are in place to
report inappropriate behaviour of
staff.
Standard 4 Staff / volunteers have position ☐ Yes Not required
Request for Tender - Part C – Returnable Schedule 35
Child Safety Assessment Part 2
Direct Contact & / or is Storing Information
Incidental Contact
Examples of Measures
Human resources practices
reduce the risk of child abuse
by new and existing
personnel is reduced through
screening, supervision and
training.
descriptions / role statements that include child safety. ☐ No
Regular recruitment screening for staff and volunteers involves Police Checks, Working with Children Checks and Identity checks.
☐ Yes
☐ No☐ Yes☐ No
Front line staff have regular
screening
Training is provided on child safety and codes of conduct / appropriate standards of behaviour with children.
☐ Yes☐ No
Not required
Child safety issues and / or risks are identified and discussed at supervision and staff and volunteer meetings.
☐ Yes☐ No
Not required
Standard 5
Processes for responding to and reporting
suspected child abuse
Staff / volunteers are trained and can identify different types of child abuse.
☐ Yes☐ No
Not required
Management / staff / volunteers know / have easy access to the processes for responding and reporting suspected child abuse.
☐ Yes☐ No
☐ Yes☐ No
Staff are aware of authorities
to report suspected child
abuse incidents.
Records are securely kept on child abuse incidents and reported appropriately.
☐ Yes☐ No
Not required
Standard 6
Measures to identify and
reduce or remove risks of
child abuse
Service users are award of the procedures to report suspected child abuse.
☐ Yes☐ No
Not required
Age appropriate staff / volunteer supervision of children is included in all activities / programs.
☐ Yes☐ No
Not required
Standard 7
The participation
and employment of
children is
Staff / volunteers are implementing inclusive and accessible strategies for children from a Culturally or Linguistically Diverse background, an Aboriginal or Torres Strait Islander background and / or
☐ Yes☐ No
Not required
Request for Tender - Part C – Returnable Schedule 36
Child Safety Assessment Part 2
Direct Contact & / or is Storing Information
Incidental Contact
Examples of Measures
promoted with a disability.
The voices and input of children are included in organisational planning.
☐ Yes☐ No
Not required
Definitions – Situations involving children
Direct care / supervision / engagement with children under 18 years
and /or
Storing information / data about children
The goods / services / works being procured or delivered include on or more of the following:
- Children / young person related work;
- Access to children and young person or their families personal information; and
- Includes anyone that has a role directly with children or access to their information e.g. libraries, IT services.
Contracts may be delivered or undertaken in one or more of the following service types: children’s services, youth services, respite services, sport or recreation programs, festivals, concerts, leisure programs.
Direct contact with children involves one or more of the following:
- Supervised;
- Unsupervised;
- Face to face;
- Verbal, written or electronic;
- In the absence of their parent or guardian; and
- Survey or other consultation and engagement processes.
Incidental contact
The goods / services / works being procured or delivered is not child related.
Contracts may be delivered or undertaken in one or more of the following service types: children’s services, youth services, respite services, sport or recreation programs, festivals, concerts, leisure programs.
Possible / unlikely contact with children and young people who will be supervised.
Request for Tender - Part C – Returnable Schedule 37
2.14 Tenderer’s Financial Interest
The information listed here will authorise the Council to seek information, if required, from the Tenderer’s principal bankers.
Bank Details
Bank Name:
Branch:
Address:
Contact Person:
Telephone Number:
2.15 Financial Report
All Tenderers must submit financial statements incorporating the profit and loss statement and balance sheet of the organisation for each of the preceding two completed financial years if requested by Council. Please note the Tendering Conditions.
2.16 Insurance Details
What insurance policies does your company currently maintain? Please mark appropriate box(es) below.
Professional Indemnity Insurance
Minimum level of cover required for consultant type services.
☐ $5,000,000
Public Liability Insurance
Minimum level of cover required for all Works and Service Contracts.
☐ $20,000,000
Workers Compensation Insurance
☐ Workers Compensation, in the form of WorkCover or self-insurance arrangements in accordance with the Workplace Injury Rehabilitation and Compensation Act or evidence of alternative forms of cover.
Other(Please specify.)
Request for Tender - Part C – Returnable Schedule 38
2.17 Quality Assurance System Quality Assurance System
2.17.1 What Quality Assurance System is currently applied in your company and accredited through third party certification? Please mark appropriate box below and complete the information required.
☐ AS/NZS ISO 9001:
Date of Certificate of Conformity
Company Quality or Procedures Manual
(Provide description)
Date of Accreditation
Expiry Date
☐ No Accredited Quality Assurance System
Comments:
2.17.2 Please advise the Accredited Quality System which the Principal Company is intending to use for this Project.
2.17.3 Please advise the intended Best Practice Procedures and System to Manage the Construction.
Request for Tender - Part C – Returnable Schedule 39
2.18 Non – Conformance Statement
The Tenderer must state whether its Tender is a Conforming Tender or a Non-Conforming Tender by marking the appropriate box below.
This Tender is a
**Conforming Tender** **Non-Conforming Tender**
☐ ☐
Where the Tenderer is unwilling to accept certain Specification and/or General Conditions of Contract subject to conditions, the non-acceptance or partial-acceptance must be clearly and expressly stated below. It is not sufficient that the statement appear only as part of an attachment to the Tender or be included in a general statement of the Tenderer’s usual operating conditions.
Council is prepared to contemplate minor variations or departures from the Specifications and General Conditions of Contract. However, Tenderers should note that significant or substantive variations or departures from the documents will not be viewed favourably (in particular changes to the liability clauses) unless the Tenderer is able to demonstrate to the satisfaction of Council the necessity for such variations or departures. It should be noted that it is Council’s policy to view any clauses limiting the liability of the Contractor as a serious non-conformance and can result in the non-conforming Tender being automatically rejected.
Contractual Issue (non-conformance)
Relevant
Clause Reference
Proposal
(E.g. insert clause to replace it with, or deletion of clause etc.)
Council will not accept any preferred Tenderer bringing up issues with the Contract Agreement or Specification clauses in the negotiation period that do not appear in the list provided in this Request for Tender.
If no list is provided in the Tender, it will be assumed that the Contract will be signed without delay by the Tenderer should Council nominate them as the preferred party.
Request for Tender - Part C – Returnable Schedule 40
2.19 Commitment to Council’s Supplier Code of Conduct
On behalf of the Tenderer, I acknowledge that:
(a) Council has a Supplier Code of Conduct (Code), available at Council’s website and the Code describes Council’s minimum expectations of the conduct of its suppliers;
(b) the expectations set out in the Code are not intended to reduce, alter or supersede any other obligations which may be imposed by any applicable contract, law, regulation or otherwise;
(c) to ensure that the Code remains current and relevant, it may be amended or updated by Council; and
(d) the Code includes an ongoing expectation that suppliers (including my organisation) will raise concerns or otherwise seek clarification in relation to any aspects of the Code, including any updates or amendments to the Code.
On behalf of the Tenderer I:
(a) confirm that the Tenderer has read and understands Council’s expectations of suppliers as set out in the Code;
(b) provide a commitment that if selected to supply goods and / or services to Council the Tenderer will:
(i) periodically check with reasonable frequency for updates and amendments to the Code;
(ii) aspire to meet Council’s expectations of suppliers as set out in the Code, including as updated or amended by Council; and
(c) confirm that at the time of submitting this tender, the Tenderer acknowledges that it is unaware of any breach to the Code.
Name: ..........................................................................................................................
Signed: ..........................................................................................................................
Request for Tender - Part C – Returnable Schedule 41
2.20 Addendums Issued
Please list all Addendums, additional information and correspondence (if any) that the Tenderer received from Council prior to the Tender closing time and date.
1
2
3
4
5
2.21 Conflict of Interest
If the Tenderer has a conflict of interest (or any potential for a conflict of interest) concerning this.
Request for Tender, details of that conflict or potential conflict are as follows:
2.22 Additional Information
Please attach or enter any additional information the Tenderer considers is required to enable evaluation against the evaluation criteria.
Request for Tender - Part C – Returnable Schedule 42
2.23 Declaration
Having examined the Tender Conditions, the Specifications, any Drawings and the General Conditions of Contract together with any schedules and all other documents and information relating to this Contract for the performance of the Works nd submitting the Tender Response Form, we offer to carry out those Works in accordance with the terms and conditions of the Contract documents for the price and the rates stated in the Tender Form.
This document together with Council’s written acceptance thereof shall constitute a legally binding Contract between us. If Council requires a formal agreement to be signed, then we will sign and return such an agreement within 21 days of our receipt of such a document.
We understand that you are not bound to accept the lowest or any Tender you may receive and you will not pay any expenses incurred by us in preparing and submitting this Tender.
Signed by or on behalf of the Tenderer
Signature:
Name:
Title:
Date:
END OF TENDER FORM
Request for Tender - Part C – Returnable Schedule 43