Request for Tender
Traffic Management Services
Contract No. 2019/20-83
Part CC1. Instructions
C2. Tender Form (Returnable)
Part C1
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 to be either PDF or a Microsoft Office Word format.
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 120 days.
RFT 2019/20-83 - Part C Traffic Management Services 2
Part C2 - Returnable Form
1. Tender Form
1.1. Tenderer’s Details
Contract No: 2019/20-83
Contract Name: Traffic Management Services
Date Click here to enter a date.
Full Company Name
Trading Name
Registered Office /
Business Address
Mailing Address
A.B.N. (if applicable)*
A.C.N. (if applicable)*
Primary Tender
Contact Person
Office Telephone
Mobile Telephone
Email Address
Secondary Tender
Contact Person
Office Telephone
Mobile Telephone
RFT 2019/20-83 - Part C Traffic Management Services 3
Email Address
Please provide a brief history of the Tenderer, including description of primary business
Please state the ownership of the Tenderer and List other financial interests held by the Tenderer
How many years has the Tenderer been in the business under its current business name?
How many years’ experience has the Tenderer had in the type of work it would be required to provide under the contract?
Please list any trade or professional associations that the Tenderer is a member off.
Have any civil court or tribunal judgements been obtained against the Tenderer in the past 7 years? If so, provide details.
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.
RFT 2019/20-83 - Part C Traffic Management Services 4
2. Cost to Council
2.1 Traffic Controllers.All work based on 4 hour minimum hire Unit $ Price (ex GST)
2.1.1 Day Work: Mon-Fri 6am-6pm hour
2.1.2
Emergency Works / Urgent Works(Response within 1 hour)
hour
2.1.3 Night Work: Mon-Fri 6pm-6am hour
2.1.4 Weekend Work & Public Holidays hour
2.1.5
Inclement Weather will be charged at minimum 4 hours
hour
2.2 Truck Mounted Attenuator (Wet Hire)4 hour minimum hire Unit $ Price (ex GST)
2.2.1 Day Work: Mon-Fri 6am-6pm hour
2.2.2 Night Work: Mon-Fri 6pm-6am hour
2.2.3 Weekend Work & Public Holidays hour
2.3 Plant and Equipment 4 hour minimum hire Unit $ Price (ex GST)
2.3.1
Traffic Management Vehicle – including signage and equipment
hour
2.3.2 Trailer Mounted Arrow-Board “C Class” hour
2.3.3 Trailer Mounted VMS-Board hour
2.3.4 Trailer Mounted VMS-Board
Per day
2.4 Traffic Management Plans Unit $ Price (ex GST)
RFT 2019/20-83 - Part C Traffic Management Services 5
2.4.1 Preparation of TMP’s
Per draft
2.4.2 MOA application Fee (VicRoads)
At cost
2.4.3
Preparation of TMP’s(NO TRAFFIC MANAGEMENT SUPPLIED)
Per draft
RFT 2019/20-83 - Part C Traffic Management Services 6
3. Industry Experience
3.1. The Tenderer shall submit details describing relevant experience and achievements in performing similar work, together with names of clients or authorities; contact details etc. (please list at least three (3) contracts).
Contract Name:
Description of work performed:
Client’s name:
Contact details of Client’s Representative:
Name:
Position:
Address:
Phone Number:
Email address:
Contract Value
Contract duration:
Permission to use as referee: ☐ Yes ☐ No
Contract Name:
Description of work performed:
Contract Value
Client’s name:
Contact details of Client’s Representative:
Name:
Position:
Address:
Phone Number:
Email address:
Contract Value
Contract duration:
Permission to use as referee: ☐ Yes ☐ No
RFT 2019/20-83 - Part C Traffic Management Services 7
Contract Name:
Description of work performed:
Client’s name:
Contact details of Client’s Representative:
Name:
Position:
Address:
Phone Number:
Email address:
Contract Value
Contract duration:
Permission to use as referee: ☐ Yes ☐ No
** Add tables as necessaryNote:
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 commercial in confidence.
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 and referees must be from outside Frankston City Council.
RFT 2019/20-83 - Part C Traffic Management Services 8
4. Staff Capability & Qualifications
4.1. Detail below the nominated members of the Contract team
Team Member 1
Name and position
Time with company
Qualification/Membership
Similar experience
Length of time with Tendering Company
Team Member 2
Name and position
Time with company
Qualification/Membership
Similar experience
Length of time with Tendering Company
Team Member 3
Name and position
Time with company
Qualification/Membership
Similar experience
Length of time with Tendering Company
** Add tables as necessary
4.2. Has a staff training matrix listing qualifications been included as an attachment with your submission for this contract?
☐ Yes ☐ No
RFT 2019/20-83 - Part C Traffic Management Services 9
4.3. Will any sub-contractors be engaged by the Tenderer to be used in this contract?
☐ Yes ☐ No
If “yes”, please complete the table below for each Sub-Contractor to be engaged.
Sub-Contractor 1
Business Name:
Detail the Sub-Contractor roles, responsibilities and deliverables:
Length of business relationship:
A brief overview of previous contracts completed with this business:
Sub-Contractor 2
Business Name:
Detail the Sub-Contractor roles, responsibilities and deliverables:
Length of business relationship:
A brief overview of previous contracts completed with this business:
Sub-Contractor 3
Business Name:
Detail the Sub-Contractor roles, responsibilities and deliverables:
Length of business relationship:
A brief overview of previous contracts completed with this business:
** Add tables as necessary
RFT 2019/20-83 - Part C Traffic Management Services 10
5. Occupational Health and Safety (OHS) Policy and Management
5.1. 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 5.9.
☐ ☐
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.
☐ ☐
5.2. Safe Work Practices and Procedures
YES NO
Have the Tenderer prepared safe operating procedures or specific Safety instructions relevant to its operations? (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.)
☐ ☐
5.3. 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?
☐ ☐
RFT 2019/20-83 - Part C Traffic Management Services 11
5.4. Hazardous Substances
YES NO
Does the Tenderer have procedures for storing, handling and disposing of hazardous substances
☐ ☐
5.5. Manual Handling
YES NO
Does the Tenderer have procedures for identifying, assessing and controlling risks associated with manual handling
☐ ☐
5.6. 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?
☐ ☐
5.7. Health and Safety Workplace Inspection
YES NO
Does the Tenderer undertake regular health and safety inspections at services sites?
☐ ☐
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?
☐ ☐
RFT 2019/20-83 - Part C Traffic Management Services 12
5.8. 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?
☐ ☐
5.9. 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.)
☐ ☐
5.10. 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.
5.11. If any LTI has been incurred, please advise the processes the Tenderer has put in place to rectify.
RFT 2019/20-83 - Part C Traffic Management Services 13
6. Child Safety Standards Assessment - Mandatory
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 below).
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 page.
RFT 2019/20-83 - Part C Traffic Management Services 14
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 descriptions / role statements
☐ Yes
☐ No
Not required
RFT 2019/20-83 - Part C Traffic Management Services 15
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.
that include child safety.
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 promoted
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 with a disability.
☐ Yes☐ No
Not required
RFT 2019/20-83 - Part C Traffic Management Services 16
Child Safety Assessment Part 2 Direct Contact & / or is Storing Information
Incidental Contact
Examples of Measures
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
- 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
- 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.
RFT 2019/20-83 - Part C Traffic Management Services 17
7. Environmental Management System
7.1. Policy and Management
YES NO
Does the Tenderer have a third party certified Environmental Management System? If so, please attach a copy. If attached, tick ‘Yes’ and proceed to question 7.7.
☐ ☐
Does the Tenderer have a written organisation environmental policy? ☐ ☐Does the Tenderer have an environmental management system certified by a recognised independent authority? If yes, provide details
☐ ☐
Does the Tenderer have an organisation environmental management system manual or plan? If yes, provide a copy of contents page[s].
☐ ☐
Is the Tenderer’s environmental management system integrated with systems for quality assurance and OH&S?
☐ ☐
Are environmental responsibilities clearly identified for all levels of staff? If yes, provide details
☐ ☐
7.2. Environmental Work Practices and Procedures
YES NO
Has the Tenderer prepared environmental procedure or specific environmental instructions relevant to its operations? If yes, provide a summary listing of procedures or instructions
☐ ☐
Is there a documented incident investigation procedure? (If yes, provide a copy of a standard incident report form.)
☐ ☐
Are there procedures for maintaining, inspecting and assessing the environmental aspects of the company’s operations by the Tenderer? If yes, provide details
☐ ☐
Does the Tenderer have procedures to identify legal requirements in relation to the environmental aspects of its activities? If yes, provide brief outline
☐ ☐
RFT 2019/20-83 - Part C Traffic Management Services 18
Has the Tenderer established documented environmental objectives and targets? If yes, provide a list
☐ ☐
7.3. Implementation and Operations of Environmental System
YES NO
Are the responsibilities and authorities clearly defined, documented and communicated? If yes, describe how this is carried out -
☐ ☐
Is the performance of the environmental management system regularly reported to top management for review? Describe the process
☐ ☐
Does the Tenderer have an emergency response procedure to identify and respond to accidents and emergency situations? If yes, provide details of frequency of review, testing, etc.
☐ ☐
7.4. Environmental Training
YES NO
Describe how environmental awareness and competence training is conducted by the Tenderer.
☐ ☐
Is a record maintained of all training and induction programs undertaken for employees by the Tenderer? (If yes, provide examples of environmental training records.
☐ ☐
7.5. Environmental Consultation
YES NO
Are Toolbox Meetings held on a regular basis? ☐ ☐Are employees involved in decision making over environmental matters? If yes, please provide details
☐ ☐
RFT 2019/20-83 - Part C Traffic Management Services 19
7.6. Checking and Corrective Action
YES NO
Has the Tenderer established a documented procedure to monitor and measure the environmental impact of its operations? If yes, provide details
☐ ☐
Are non-conformance and corrective and preventative actions reports used by the Tenderer?
☐ ☐
Does the Tenderer have established procedures for the keeping of environmental records?
☐ ☐
Does the Tenderer conduct regular internal audits of its environmental management system?
☐ ☐
Please supply details of a recent audit
Does the top management conduct a “management review” on a regular basis?
☐ ☐
7.7. Environmental Performance Monitoring
YES NO
Is there a system for recording and analysing environmental performance statistics? If yes, provide details.
☐ ☐
Are employees regularly provided with information on the Tenderer’s environmental performance? If yes, provide details
☐ ☐
Has the Tenderer ever been convicted of an environmental pollution offence? (If yes, provide details.)
☐ ☐
RFT 2019/20-83 - Part C Traffic Management Services 20
7.8. Fleet Efficiency
YES NO
Does the Tenderer have a minimum fuel efficiency standard for their fleet vehicles? (If yes, provide details including km/L)
☐ ☐
Does the Tenderer have a minimum frequency in which the fleet vehicles are serviced? (If yes, provide details per months or km.)
☐ ☐
Does the Tenderer include eco driver training or incentives for their staff to drive efficiently (If yes, provide details.)
☐ ☐
Does the Tenderer monitor their fleet fuel use and emissions? (If yes, provide details.)
☐ ☐
Does the Tenderer undertake any other actions to reduce fuel use, air pollution and mitigate emissions associated with their fleet? (If yes, provide details.)
☐ ☐
RFT 2019/20-83 - Part C Traffic Management Services 21
7.9. Quality Assurance System
7.9.1 What Quality Assurance System is currently applied in your company and accredited through third party certification? Please tick appropriate box 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:
8. Capacity to Respond (Emergencies)
8.1. Is the Tenderer capable of providing an afterhours Emergency Services
☐ Yes ☐ No
If yes, please provide provision details.
8.2. How does the Contractor manage After Hours resourcing? i.e. is one consistent telephone number used? Is the resource rotated and if so, how frequently?
8.3. How does the Tenderer ensure that the Contract Superintendent is notified of After Hours Contact details?
8.4. Please list any applicable minimum call out charges or hours
RFT 2019/20-83 - Part C Traffic Management Services 22
9. 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) http://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 Down, 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.
RFT 2019/20-83 - Part C Traffic Management Services 23
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.
RFT 2019/20-83 - Part C Traffic Management Services 24
10. Financial Report
If requested, Tenderers must, in a timely manner, submit financial statements including profit and loss statements and balance sheets for the preceding two (2) financial years to Council to Council’s authorised representative (please refer Part A Condition of Tender for more information).
☐ Consent given ☐ Consent not given
11. Insurance Details
The following levels of insurance are required for this contract. Tenderers are to upload as part of their Tender response certificates of currency for the following:
Public & Product Liability Insurance $20,000,000Attached? ☐ Yes ☐ No
Workers Compensation InsuranceWorkers 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.Attached? ☐Yes ☐ No
Motor Vehicle InsuranceAttached? ☐Yes ☐No
Other (please specify.)
RFT 2019/20-83 - Part C Traffic Management Services 25
12. 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.
RFT 2019/20-83 - Part C Traffic Management Services 26
13. Receipt of Addenda
Tenderer hereby acknowledge receipt of Addendum/s and have made the necessary provision to the Tender Submission:
Addendum Number Dated
14. Conflict of Interest
The Tenderer warrants that neither it nor its staffs has any actual or perceived conflict of interest.
☐ No Conflict of Interest ☐ Conflict exists - see detail below
RFT 2019/20-83 - Part C Traffic Management Services 27
15. Commitment to Council’s Supplier Code of Conduct
1.1.1 On behalf of the Tenderer, I acknowledge that:
(a) Council has a Supplier Code of Conduct (Code), available at Council’s website: See Supplier Code of Conduct (see under ‘Protocols)
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.
1.1.2 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 Supplier Code of Conduct and the Information for Suppliers, both on the public web site;
(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: ..........................................................................................................................
RFT 2019/20-83 - Part C Traffic Management Services 28
16. Additional Information
Please attach any additional information the Tenderer considers is required to enable evaluation against the evaluation criteria.
17. Declaration
Having examined the Tender Conditions, the Specifications, Appendices and the General Conditions of Contract together with any schedules and all other documents and information relating to this Tender for the performance of the Services and submitting the Tender Response Form, we offer to carry out those Services 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 the Council does not bound to accept the lowest or any tender Council may receive and Council 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
RFT 2019/20-83 - Part C Traffic Management Services 29