Division of Facilities Management
MULTI VENDOR LISTAPPLICATION
For further information and to submit your application:Contact Cheryl Honey email: [email protected]
Or telephone: 0269 334 347
All businesses applying for registration on the CSU Multi Vendor List must also register on the CSU tendering portal www.tenderlink.com/csu
Version 3 2 0ctober 2012 CH Update/reformat/National Code
Version 4 7 February 2013 CH Addition of Port Macquarie and Wangaratta
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement – Definitions Glossary
DEFINITIONS-GLOSSARYMVL- Multi Vendor List. The MVL is a list that incorporates all venders (all external suppliers, contractors, consultants, service providers) that the Division of Facilities Management will from time to time refer to for the procurement of a range of goods or services including minor and major capital works. Applications are sought on a quarterly basis for vendors to participate on the MVL. The University may from time to time add or remove venders as required.
“Panel” “Selective Panel” -A selected list of vendors that meet the essential criteria for the delivery of goods or services as detailed in a Procurement Plan
“Principal” and “University” shall mean Charles Sturt University
“Procurement Plan”- or PP is a document that outlines the procurement activities related to purchasing goods and services within Charles Sturt University. The PP outlines in broad terms the purchasing processes, including the management of the purchasing activity, market research, buyer development and related activities for a specific project, phase, service or goods for the University.
“Request for Proposal” (RFP) An invitation to submit an offer to supply goods or Services by negotiation involving the issuance of an RFP and the negotiation of each element in the proposal. Due to the nature of specialist products or services, procurement by negotiation in terms of a RFP, may be required to ensure CSU’s risks are best managed. It must be noted that an RFP (negotiation) uses procedures that differ from sealed bidding. Buying by negotiation is authorised in certain circumstances by law under applicable Federal regulations (Federal Acquisition Regulation or FAR). An RFP shall be used by the University when the project or requirement has been defined where an innovative or flexible solution is sought.
“Request for Tender” ( RFT) An invitation to submit an offer to supply goods or services which is advertised via CSU’s etendering portal (Tenderlink) and which is governed by the National Code of Practice on Tendering
“Request for Information” (RFI) An RFI is used at the planning stage is used at the planning stage of the project to assist with information in defining the scope of a project and its functional requirements. An RFI must not be used to identify or select suppliers. It is only used to solicit information from vendors that will assist in this multi-stage process. When using an RFI, issues relating to intellectual property and copyright must be clarified prior to using the information so as to prepare further documentation.
“Vendor” any firm or entity that supplies goods, services, materials, consultancy, professional advice and wishes to register on the CSU MVL and access procurement opportunities with the University via RFP, RFT, RFI and/or Selective Panels.
Please note that relevant insurances must be provided before provision of service.
Current insurance levels are:
Public Liability $20 million, Professional Indemnity appropriate for the work being undertaken (min $5 mill), Worker’s Compensation as required by statute.
Charles Sturt University Multi Vendor List v4.0 – February 2013 Page 2
1. all providers must complete and return Attachment A
In addition:
2. builders must complete and return Attachment B (please see 6.)
3. providers of facility management services must complete and return Attachment C
4. providers of professional services must complete and return Attachment D
5. suppliers of products must complete and return Attachment E
6. builders must complete and return Attachment F if applying for works >$1M in value (please see 2.)
Providers may add rows/additional services if required.
Version 3 2 0ctober 2012 CH Update/reformat/National Code
Version 4 7 February 2013 CH Addition of Port Macquarie and Wangaratta
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement – Attachment A
ATTACHMENT A - to be completed by ALL applicants
This Schedule MUST be completed, signed and returned as part of the multi vendor list submission.
Name of person, firm or company requesting to be listed on the MVL for CSU (state full legal name of organisation/individual)
_______________________________________________________
Registered Business Address
________________________________________________________
________________________________________________________
ACN / ABN _______________________/_______________________
Postal Address
________________________________________________________
________________________________________________________
a) This vendor offers to participate as a member of the Charles Sturt University Multi Vendor List (MVL). From the MVL the University may select suitable vendors to form a Panel (“the Panel”) in accordance with a procurement plan.
b) The University may from time to time elect to call Open tenders and inform the MVL of these decisions.
c) Vendors are to provide by attachment an annotated diagram describing their legal structure, noting any interrelated entities, groupings, companies and the relationships between these companies or entities (ie. Trusts, Trustee Companies, Partnerships, businesses).
d) This vendor expressly acknowledges that the University shall not be liable for any information provided prior to submission of this offer or for any errors therein or omissions there from and that the information was furnished for the convenience of Vendors and shall not form part of any future Contract unless expressly included therein.
e) This vendor also acknowledges that any information provided prior to submission of this offer is not guaranteed, nor is it guaranteed that the information provided is adequate for the purposes of entering into any future Contract and that this company makes this offer based on its own investigations and determinations.
f) This offer shall remain open for a period of 120 days and may be accepted at any time by the University before the expiration of that period. The obligation contained in this paragraph is made in consideration of the promise by the University to consider this registration and the administrative time and expense in evaluating this process.
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement – Attachment A
DATED this __________________ day of ___________________ 20
Signature of Vendor ___________________________________
Print Name & Official Position Held (ie. Director etc.)
______________________________________________________
Contact PersonThe vendor’s nominated contract person for matters associated with this registration and any consequent RFP, RFT or RFI is as follows:
Name: _____________________________
Ph: _____________________________
Fax: _____________________________
Mbl: _____________________________
Email: _____________________________
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment B
ATTACHMENT B SCHEDULE OF MVL CATEGORIES AND CAMPUS LOCATIONSThis schedule must be completed by the Vendor and submitted. Any vendor for which this schedule is not completed may be regarded as incomplete and may not be considered for further evaluation. Vendors are to nominate in the table below the MVL Categories & Campus Locations and the value ranges or relevant trade for maintenance services for which the Vendor proposes that they are to be considered and endorsed.
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment B
Category Category Description Vendors to Nominate Work Type Category & Location Vendors to Nominate Value Ranges
BUILDING AND CONSTRUCTION WORKS Wagga Wagga
Albury Wodong
a
Bathurst
Orange
Dubbo
Goulburn/Canberra
Port Macquari
e
Wangaratta
Up to$1 M
$1M to
$3M
$3M to $5M
Over $5M
Category 1 – Refurbishment
1A –General- Occupied - Vacant
- Office accommodation- Teaching facilities- Library / Learning Commons
1B – Specialised
- Laboratories, various disciplines- Clinical spaces- Industrial- Insurance- Agricultural (ie Equine/Animal Handling/ Viticulture)- Sporting Facilities
Category 2 – New Works
2A – General - Office accommodation- Teaching facilities- Library / Learning Commons
2B – Specialised
- Laboratories- Clinical spaces- Industrial- Insurance- Agricultural (ie Equine/Animal Handling/ Viticulture)- Sporting Facilities
Category Category Description Vendors to Nominate Work Type Category & Location (Yes / No) Vendors to Nominate
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment B
Value Ranges (Yes / No)
BUILDING AND CONSTRUCTION WORKS Wagga Wagga
Albury Wodong
a
Bathurst
Orange
Dubbo
Goulburn/Canberra
Port Macquari
e
Wangaratta
Up to$1.5M
$1.5M to
$3M
$3M to $5M
Over $5M
Category 3 – Residential Building
Residential Buildings
- Student accommodation- Staff accommodation
Category 4 – Infrastructure
Site Services & Infrastructure
- Roads- Hydraulic Services- Power & Comms Services- Landscaping
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment C
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment C
FACILITY MANAGEMENT SERVICES Capability
Category 5 – TradesWagg
a Wagg
a
Albury Wodong
a
Bathurst
Orange
Dubbo
Goulburn/Canberra
Port Macquari
eLess than $100 K
(minor scope)
Greater than $100 K
(major scope)
Electrical
Plumbing
Asbestos Removal
Aluminium Framing/Glazing
Lift Maintenance
Mechanical Services, Airconditioning and ControlsRoofing, metal and tile
Irrigation
Floor and window coverings
Signwriting
Cardax Installation and MaintenanceData and Communications
Audio Visual Services
CCTV Services
Fire Detection Equipment MaintenanceOther
Fire Protection Equipment MaintenanceFencing
Waste Disposal
Security Guard Services
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment C
Road and Carpark Repairs
Meter Installation
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment C
PROFESSIONAL SERVICES Vendors to nominate campuses at which they wish to provide servicesVendors to
Nominate Scope and Value
Category 6 – Various
Wagga
Wagga
Albury Wodong
a
Bathurst
Orange
Dubbo
Goulburn/Canberra
Port Macquarie
Wangaratta Scope (refer to legend
below. Include all relevant
categories)
Value
Valuer $DesignerLandscape ArchitectArchitectCivil EngineerStructural EngineerHydraulic EngineerElectrical EngineerControls EngineerAcoustic EngineerMechanical EngineerConstruction ManagerProject ManagerQuantity SurveyorValue ManagerEnergy ConsultantHazardous Materials InspectorOHS InspectorFire EngineerBCA ConsultantDisabilities Discrimination ConsultantHeritage ConsultantTown PlannerIndependent Commissioning Agent
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment C
Greenstar ConsultantTraffic Engineer
Scope Categories Legend:
A. Refurbishment B. New Works C. Residential Accommodation D. Infrastructure E. Maintenance
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement - Attachment E
SUPPLIERS OF PRODUCTSVendors to nominate products in the table below
Vendors to nominate campuses at which they wish to provide products
Category 7 – Various Wagga Wagga
Albury Wodonga
Bathurst Orange Dubbo Goulburn/Canberra
Port Macquarie
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement – Attachment F
DECLARATION OF COMPLIANCE WITH THE NATIONAL CODE OF PRACTICE FOR THE CONSTRUCTION INDUSTRY AND THE AUSTRALIAN GOVERNMENT IMPLEMENTATION GUIDELINES, MAY 2012
Name of Vendor and ABN:
Signature of Vendor:
1. The Tender confirms that it has complied with the National Code of Practice for the Construction Industry (Code) and the Australian Government Implementation Guidelines for the National Code of Practice for the Construction Industry (Guidelines), August 2009, in preparing this Tender.
2. The Tender undertakes that it complies with Code and Guidelines, and has complied with the Code and Guidelines from the time of lodgement of this tender, and that it has required compliance by its related entities (see section 3.5 of the Guidelines).
3. The Tenderer undertakes to ensure compliance from all subcontractors and consultants engaged on this project, should it be the successful Tenderer. All contracts must expressly require compliance with the Code and Guidelines.
4. The Tenderer agrees that it and its subcontractors and its related entitles will provide the Commonwealth or any person authorised by the Commonwealth, including a person occupying a position in the Office of the Australian Building and Construction Commissioner, with access to:
(a) inspect any work, material, machinery, appliance, article or facility;
(b) inspect and copy and record relevant to the Project and Works the subject of this Contract’
(c) interview any person; and
(d) any document requested under this contract. The document must be provided within the period specified either in person, by fax or by post,
as is necessary to demonstrate its compliance with the Code and Guidelines.
5. The Tenderer acknowledges that it is aware the Commonwealth or Minister for Employment and Workplace Relations may impose a sanction on a Tenderer or Contractor that does not comply with the Code and Guidelines.
The sanction imposed may include but is not limited to:
(a) the reporting of the breach to an appropriate statutory body or law enforced agency (if there is evidence that the breach may also be a breach of a Commonwealth or State law), or industry association;
(b) issuing of a formal warning that future breaches may lead to more significant sanctions;
(c) preclusion from Tendering for any Commonwealth work for a specified period;
(d) communication of sanction details to all Commonwealth agencies to ensure a ‘whole-of-Government’ approach;
(e) publication of details of the breach and identification of the party committing the breach; and
(f) a reduction in the number of tendering opportunities that are given.
6. The Tenderer is to select which of the following clause in italics is appropriate and delete the remaining clause:
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement – Attachment F
a) The Tenderer hereby gives its consent, and confirms that its related entities give their consent, to disclosure by the Commonwealth, its agencies and ministers, of information concerning the Tender’s and its related entitles’ compliance with the Code and Guidelines and whether or not a sanction has been imposed on the Tenderer and/or related entity of the Tenderer, for the exercises of their statutory and portfolio responsibilities (the Purposes).
OR
b) The Tenderer has previously given its consent, and confirms that its related entitles have previously given their consent, to disclosure by the Commonwealth, its agencies and ministers, of information concerning the Tenderer’s and its related entitles’ compliance with the code and Guidelines and whether or not a sanction has been imposed on the Tenderer and/or a related entity of the Tenderer for the exercise of their statutory and portfolio responsibilities (the Purposes), and conforms that the Tenderer and its related entitles have not revoked that consent.
7. The Tenderer has obtained or will obtain the consent of each subcontractor and consultant proposed in its Tender to disclosure by the Commonwealth, its agencies and ministers, of information concerning the proposed subcontractors compliance with the Code and Guidelines and whether or not a sanction has been imposed on any proposed subcontract, for the Purposes.
8. The Tenderer acknowledges that the consent provided in clause 6 are not limited to this Tender process as the Tenderer is expected to comply with the Code in future projects.
9. The Tenderer will:
(a) Describe how the Tenderer has complied with the Code and Guidelines in the past (if the Tenderer has undertaken Australian Government funded construction work in the past) and how it will comply if successful. For example, the tenderer will:
(i) comply with the Code and Guidelines;
(ii) require compliance with the Code and Guidelines from all subcontractors before doing business with them;
(iii) apply the Code and Guidelines to privately funded projects that commence after they first lodge an expression of interest or tender for Australian Government projects if the expression of interest or tender occurs on or after 1 November 2005;
(iv) ensure that contractual documents allow for a person occupying a position in the ABCC to access sites, documents and personnel to monitor compliance with the Code and Guidelines, including privately funded construction sites;
(v) ensure project managers or head contractors establish appropriate processes to ensure freedom of association;
(vi) ensure there is an occupational health safety and rehabilitation (OHS&R) plan for the project;
(vii) respond to requests for information concerning Code-related matters made on behalf of Code Monitoring Group (CMG);
(viii) where practicable, ensure contractors or subcontractors initiate voluntary remedial aimed at rectifying non-compliant behaviour when it is drawn to their attention;
(ix) ensure that CMG secretariat is notified of any alleged breaches, voluntary remedial action take or other Code-related matters within 21 days of the party becoming aware of the alleged breach; and
(x) be aware that and ensure that sanctions applied under the Code are enforced including the exclusion of identified parties from work opportunities in accordance with decisions advised by CMG.
(b) Where the Tenderer processes to subcontract and element of the work, the Tenderer is either to:
(i) provide the information detailed at (a) in relation to each subcontractor; or
Multi Vendor List – Endorsed University Supplier Arrangement for Procurement – Attachment F
(ii) detail how the Tenderer intends to ensure compliance with the Code and Guidelines by each subcontractor.
(c) Ensure that were threatened or actual industrial action occurs on a project, contractors, subcontractors, consultants or project managers report such action to the Funding Agency.
Privately Funded Projects:
10. The Tenderer declares that, in respect to privately funded projects:
(a) The Tenderer and its related entities will comply with the Code and Guidelines on all the Tenderer’s and its related entities’ future privately projects.
(b) The Tenderer must maintain adequate records of compliance with the Code and Guidelines by the Tenderer, its subcontractors and related entities.
(c) The Tenderer agrees that it and any of its related entities will provide the Commonwealth or any person authorised by the Commonwealth, including a person occupying a position in the office of the Australian Building and Construction Commissioner, with access to:
(i) inspect any work, material, machinery, appliance, article or facility;
(ii) inspect and copy any record relevant to the Project and Works the subject of this Contract; and
(iii) interview any person
as is necessary to allow validation of its compliance with the Code and Guidelines.
(d) The Tenderer agrees that the Tenderer and its related entities will agree to a request from the Commonwealth or any person authorised by the Commonwealth, including a person occupying a position in the Office of the Australian Building and Construction Commissioner, to produce a specified document within a specified period, in person, by fax or by post.
(e) The Tenderer will ensure that the Tenderer and its related entities permit the Commonwealth or any person authorised by the Commonwealth, including a person occupying a position in the Office of the Australian Building and Construction Commissioner, to have access to record and to the related entities’ and subcontractors’ premises (to inspect and copy records), as is necessary to ensure that the subcontractors and related entities are complying with the Code and Guidelines.