PART 2 – Response
Tender Name: Prequalified Supplier Arrangement -
ROAD CONSTRUCTION AND MAINTENANCE
Reference Number: T2021005
Closing Date: Friday, 27th August 2021
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 1
PART 2: TENDER RESPONSE FORMS
TABLE OF CONTENTS
1. TENDER REPONSE ..................................................................................................... 2
2. RESPONSE CRITERIA................................................................................................. 4
3. EVALUATION PROCESS AND CRITERIA ................................................................. 14
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 2
1. TENDER REPONSE
To: The Chief Executive Officer
McKinlay Shire Council P O Box 177 JULIA CREEK QLD 4823
PLEASE COMPLETE THIS FORM IN BLOCK LETTERS
FULL NAME/S OF TENDERER:
TRADING NAME OF TENDERER:
REGISTERED BUSINESS ADDRESS OF TENDERER:
ABN OF TENDERER: GST
REGISTERED YES NO
ACN OF TENDERER:
TELEPHONE NO. OF TENDERER:
FACSCIMILE NO. OF TENDERER: (For service of notices)
POSTAL ADDRESS OF TENDERER:
(For service of notices)
EMAIL ADDRESS OF TENDERER:
PERSON AUTHORISED TO REPRESENT THE TENDERER:
(If the Tenderer is a corporation)
NAME OF CONTACT FOR THIS TENDER:
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 3
TENDER FORM
TO: Council
(a) I warrant that I am duly authorised to make the following statements for and on behalf of the undersigned Tenderer and that the information provided is true and correct.
(b) The Tenderer has examined the Tender Documents listed or referred to in the Invitation to Tender and our Tender is based on those.
(c) All terms used in this Tender Response bear the meanings assigned to them in the Conditions of Tender, Specification, General Conditions of Contract and Special Conditions of Contract, as the case may be.
(d) The Tenderer understands and agrees to comply with the requirements of all of the Tender Documents.
(e) By submitting this Tender the Tenderer warrants and represents that it has made its own enquiries and investigations and has obtained professional advice and all other relevant information so as to inform itself of all risks and contingencies which may affect its Tender Price. The Tenderer warrants and represents that it has included for all such risks and contingencies in its Tender Price and that it shall have no subsequent claim that the information used is not accurate.
(f) The Tender incorporates the following Addenda within its terms:
[Each Addendum by Number & Title ]
(1)……………………………………………………………………………………………………………………
(2)……………………………………………………………………………………………………………………
(3)……………………………………………………………………………………………………………………
(4)……………………………………………………………………………………………………………………
(5)……………………………………………………………………………………………………………………
(g) The Tenderer agrees to keep the offer comprised within the Tender open for acceptance by Council for a period of 90 days.
(h) The Tenderer confirms that any departures from the Condition of Tender are set out in the enclosed Statement of Departures Schedule (1). In all other respects, this Tender complies with the Conditions of Tender and is a Conforming Tender in that respect.
(i) The Tenderer warrants that this Tender was made without any connection, knowledge or arrangements with any other Tenderer or industry group except as disclosed in the Tender.
(j) The Tenderer understands that Council is not bound to accept the lowest or any Tender it may receive.
DATED this day of 2021
SIGNED BY Print Name:
Position:
Who warrants that he/she is duly authorised to submit this Tender.
WITNESSED BY Print Name:
Position:
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 4
2. RESPONSE CRITERIA- Road Construction and Maintenance
2.1 COMPLIANCE CRITERIA
Description of Compliance Criteria- To Ensure Conforming Tender
(a) Compliance with the Specification contained in the Request for Tender.
(b) Compliance with the Conditions of Tender.
(c) Compliance with lodgment of this Tender Response by the Closing Time.
(d) Submission of all required responses and documentation.
2.2 CONFLICT OF INTEREST
Will any actual or potential conflict of interest in the performance of the Tenderers’ obligations under the Contract exist if the Tenderer is awarded the Contract, or are any such conflicts of interest likely to arise during the Contract?
YES NO
If Yes, please supply in an attachment details of any actual or potential conflict of interest and the way in which any conflict will be dealt with and label it “2.2 – Conflict of Interest”.
Tick if Attached
2.3 FINANCIAL POSITION
Is the Tenderer presently able to pay all its debts in full as and when they fall due? YES NO
Is the Tenderer currently engaged in litigation as a result of which it may be liable for $50,000.00 or more? YES NO
If the Tenderer is awarded the Contract, will it be able to fulfil the obligations of the Contractor under the Contract from its own resources or from resources readily available to it and remain able to pay all of its debts in full as and when they fall due?
YES NO
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 5
2.4 INSURANCE COVERAGE
Tenderers are to supply evidence of their insurance coverage such as copies of certificates of currency in an attachment labelled “2.4 – Insurance Coverage”.
“Insurance Coverage”
Type Value ($) Expiry Date Insurance Company Policy Number
Public Liability
Workers Compensation
Professional Indemnity
Third Party Property
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 6
2.5 ENVIRONMENTAL MANAGEMENT SYSTEM
Provide details of your environmental management system below or alternatively attach relevant documentation and label it 2.5 Environmental Management System.
EVIDENCE PROVIDED
YES/NO
2.6 Chain of Responsibility (CoR) in relation to Heavy Vehicle National Law (HVNL)
If required under HVNL, does the tenderer have a COR policy and procedures
which manage their equipment and loads.
YES/NO
Or Not Applicable
EVIDENCE PROVIDED
YES/NO
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 7
2.7 WORK HEALTH AND SAFETY
WORK HEALTH AND SAFETY
Project Specific safety documentation will be arranged with each successful contractor prior to award of each project
Please tick if yes
Does the Tenderer have a Work Health and Safety Policy?
Does the tenderer have a system for reporting, recording and investigating all hazards, near misses and incidents?
Does the tenderer do regular inspections of workplaces/work areas?
Does the tenderer have a system for providing employee consultation and communication? If YES how is this conducted? Pre-Start Meetings, Toolbox Meetings etc.
Does the tenderer provide inductions for workers and contractors within the organisation?
Does the tenderer maintain records of training and inductions programs completed by workers or contractors, including Construction Induction?
Does the tenderer require workers and contractors to undergo pre-employment medical examinations/drug & alcohol screenings? If YES how is this conducted?
Do all relevant tenderers personnel hold appropriate qualifications/certificates of competency for the work to be conducted, including the operation of heavy plant and equipment?
Does the Tenderer have Risk Assessments for the type of works described in the specifications? Safe Working Procedures, SWMS etc for all high risk construction activities performed.
Does the tenderer carry out prestart checks on plant and equipment?
Does the tenderer have maintenance and repair records for plant and equipment?
Does the tenderer provide and maintain first aid kits?
Does the tenderer provide and maintain fire extinguishers?
Does the tenderer provide appropriate storage for the transportation of chemicals?
Does the tenderer regularly review WHS performance/procedures? If YES how is this conducted?
Has the tenderer been prosecuted or fined under any WHS related incident? Is YES please provide details.
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 8
2.8 RELEVANT EXPERIENCE
RELEVANT EXPERIENCE Tenderers’ are to provide full details of similar work including details of the outcomes, any issues that arose during the project and how these issues were managed, any variations involved in the project (include reasons why variations were required)
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 9
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 10
2.9 QUALIFICATIONS / EXPERIENCE OF KEY PERSONNEL
Name Years within
Industry White Card
Number Qualifications/Experience
Example: John Smith 8 123456 8 years form setting experience
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 11
2.10 SUBCONTRACTORS
Does the Tenderer intend to subcontract any of the obligations of the Contractor under the Contract?
Yes / No
If Yes, please complete table below
Name of Subcontractor Address of Subcontractor Obligations that will be subcontracted
2.11 CAPACITY TO PERFORM THE SERVICES
Tenderers’ are to provide an organisational chart showing the names of the tenderer’s personnel and their role within the organisation. Tenderers’ are to provide a list of plant and equipment available to them in relation to the services under this arrangement.
EVIDENCE PROVIDED
YES/NO
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 12
2.12 LOCAL SUPPLIER
Is the Tenderer considered to be a “Local Supplier”? For the purpose of this tender, a “local supplier” is a supplier which:
(i) is beneficially owned by persons who are residents or ratepayers in the McKinlay Shire Council area; (ii) has its principal place of business within the McKinlay Shire Council area; or (iii) otherwise has a place of business within the McKinlay Shire Council area which solely or primarily
employs persons who are residents or ratepayers of the Shire.
YES NO
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 13
2.13 ADDITIONAL COMMENTS
(PLEASE INSERT ANY ADDITIONAL INFORMATION THAT MAY ASSIST IN THE EVALUATION OF YOUR RESPONSE)
T2021005 Part 2 Tender Response - Road Construction and Maintenance Page 14
3. EVALUATION PROCESS AND CRITERIA
3.1 EVALUATION PROCESS Tenderers who have provided the requested information will be included on the PSA. The PSA will be split into Local and Non Local panels. With the non local panel to be considered if the local panel is fully engaged, or services are required that can not be provided by the local panel.