You are on page 1of 40

REQUEST FOR TENDER

INCLUDES TENDER RESPONSE FORMS

FOR: BEVERIDGE FIRE STATION


Extensions and Alterations Works

LOCATED AT: 354 Lithgow Street BEVERIDGE VIC 3753

Tender No: CFA-2023-0012

Request for Tender – March 2023


BEVERI DGE FIRE STA TI ON

CONTENTS
REQUEST FOR TENDER Page No(s).

SECTION NO 1 - TENDERING INFORMATION 4


1.0 - CONDITIONS OF TENDERING ......................................................................................................4
1.1 NATURE OF TENDER .........................................................................................4
1.2 TENDER DOCUMENTS .......................................................................................4
1.3 FORMULATION OF TENDERS ...........................................................................4
1.4 DISCREPANCIES, ERRORS AND OMISSIONS IN TENDER DOCUMENTS ....4
1.5 TENDER ENQUIRIES ..........................................................................................4
1.6 SUBMISSION OF TENDERS ...............................................................................5
1.7 LODGEMENT OF TENDERS...............................................................................5
1.8 INFORMAL TENDERS .........................................................................................5
1.9 TENDER RESPONSE REQUIREMENTS............................................................5
1.10 TENDER EVALUATION .......................................................................................6
1.11 TENDER EVALUATION CRITERIA .....................................................................6
1.12 ACCEPTANCE OF TENDER ...............................................................................8
1.13 CONFIDENTIAL INFORMATION .........................................................................8
1.14 VALIDITY OF TENDER ........................................................................................8
1.15 PRINCIPAL CONTROLLED INSURANCE ...........................................................8
1.16 DOCUMENTS TO BE LODGED WITH TENDER ................................................9
1.17 TIMES FOR PRACTICAL COMPLETION ............................................................9
1.18 ABBREVIATIONS .................................................................................................9
1.19 LOCAL JOBS FIRST POLICY (LJFP) (Not Applicable) ......................................9

SECTION 2 - TENDER SUBMISSION...................................................................................................12


Summary Checklist of Tender Submission .............................................................................12
TENDER FORM ......................................................................................................................13
TENDER BREAKDOWN FORM .............................................................................................14
SCHEDULE OF RATES..........................................................................................................16
Schedule 1: Statement of Capability / Level of Service ..........................................................18
Schedule 2: Construction Program (Preliminary) ...................................................................19
Schedule 3: Site Organisation and Key Personnel ................................................................20
Schedule 4: Financial Capacity...............................................................................................23
Schedule 5: Social and Environmental Benefits ....................................................................24
Schedule: Local Industry Development Plan (Not Applicable) ..............................................25
Schedule 6: Statement of Compliance...................................................................................26
Schedule 7: Occupational Health & Safety (OHS) and Safety Management System
Questionnaire for Tenderers...............................................................................27
Schedule 8: Industrial Relations Management Plan ...............................................................33
Schedule 9: Conflicts of Interest Statement ............................................................................38

2 of 40
BEVERI DGE FIRE STA TI ON

Schedule 10: Statutory Declaration .......................................................................................39


STATUTORY DECLARATION ................................................................................................39

Request for Tender – March 2023 Page 3 of 40


BEVERI DGE FIRE STA TI ON

SECTION No 1 - TENDERING INFORMATION

1.0 - CONDITIONS OF TENDERING

1.1 NATURE OF TENDER


(a) The Contract shall be a FIXED PRICE LUMP SUM CONTRACT.
(b) The Contract shall be governed by and construed with reference to the laws for
the time being in force in the State of Victoria.
(c) The Tendered sum shall be deemed to include for all of the Works described in
the Tender documents, and for everything necessary for their completion.
(d) The Contract between the Principal and the successful Tenderer shall consist of
the following documents:
• The notice in writing of acceptance of tender or Formal Instrument Agreement
• Drawings and Schedule
• Specifications
• Priced Bill of Quantaties ( where applicable)
• (AS2124-1992) General Condition of Contract and Special Condition of contract
for AS2124-1992
• Any other document identified in Part C as documents comprised in the Contract

1.2 TENDER DOCUMENTS


The tender documents shall be the Tender Forms and Schedules, these Conditions of Tendering,
the General Conditions of Contract and Special Conditions of Contract, Specifications, Drawings,
and other Documents as are issued by the Principal for the purpose of tendering. No explanation
or amendment to the tender documents shall be recognised unless in the form of a written
addendum thereto issued by the Principal.

1.3 FORMULATION OF TENDERS


1. Tenderers are required to acquaint themselves with all matters relating to the proposed
contract and to inspect the site and existing conditions prior to submitting their tenders.
2. Tenderers shall not engage in any uncompetitive behaviour or other collusive practice which
denies legitimate business opportunities to other tenderers or other participants in the tender
process.
3. If a Tenderer has any doubt as to the meaning of any portion of the Tender documents, or if
the Tenderer believes there is any contradiction between any of the Tender documents, he
shall seek clarification from the CFA, Land & Building Services. Such clarification shall only
be issued on the forum page of Tenders Vic relevant to this tender and shall be visible to all
other prospective Tenderers in the form of an addendum.

1.4 DISCREPANCIES, ERRORS AND OMISSIONS IN TENDER DOCUMENTS


The tenderer shall notify the Principal in writing of any discrepancy, error or omission in the tender
documents, on or before the closing date for tenders.

1.5 TENDER ENQUIRIES


Tender enquiries shall be lodged on the forum page of the www.tenders.vic.gov.au website relevant
to the tender. The response to the enquiry shall be placed on the forum page.

Request for Tender – March 2023 Page 4 of 40


BEVERI DGE FIRE STA TI ON

1.6 SUBMISSION OF TENDERS


1. Tenderers shall only submit a tender when they genuinely believe that they have the ability
and capacity to undertake the work.
2. The tender shall be submitted upon the Tender Form provided and the tender shall state the
full surname, other names and address of the tenderer - if a person. When the tenderer is a
firm/partnership it shall state the names in full of each member of the firm/partnership. When
the tender is by a company, it shall state the name of the company and the address of the
registered office of the company.
3. The tender shall be accompanied by all the documents required to be submitted with the
tender.
4. The tenderer or an authorised representative of the company shall sign the tender.
5. The tender shall be for the whole of the works unless otherwise stated in the tender
documents.
6. The documents referred to in sub- clauses 2 and 3 of this clause shall be completed in full by
the tenderer.
7. The tenderer shall not alter or add to any tender document except as required by these
Conditions of Tendering.
8. All documents are to be signed where indicated and returned in a PDF format. The CFA
reserves the right to reject any tender that does not comply with the submission requirements

1.7 LODGEMENT OF TENDERS


1. Tenders shall be lodged electronically only. The tender shall be completed on the documents
supplied which can be downloaded from the Tenders Victoria Website:
www.tenders.vic.gov.au
Tenders shall be lodged by the date and time for closing of tenders. Tenderers are advised
that the electronic tender box closes automatically at the nominated time
2.00pm, Friday, 28th April 2023
Tenders will NOT be accepted by mail, Facsimile or email.

1.8 INFORMAL TENDERS


Any tender that does not comply with any requirement of the tender documents or contains
provisions in conflict with the tender documents may be rejected.

1.9 TENDER RESPONSE REQUIREMENTS


Notwithstanding any other requirement of the tender documents the Principal requires the tenderer
to submit all of the following with his tender response to the satisfaction of the Principal:-
1. A statement of facts in detail as to the tenderer's team structure including previous experiences
and achievements of team members in performing similar or comparable work.
2. Provision of a construction management plan that demonstrates the tenderer’s understanding
and their approach to the required scope of work incorporating the staging of the works, the
key risks, challenges and constraints. This is to incorporate details of the method of
construction, site ste-up and required construction plan proposed to be used in the execution
the works.
3. All requested Forms and Schedules duly completed by the tenderer.
4. A construction program in such a form as may be required showing the dates by which or the
times within which the various stages or parts of the works are to be completed or executed
5. A detailed estimated monthly cash flow schedule.
6. Evidence of its occupational health and safety policy, safety manual, procedures and other
documentation incorporated within their OHSP referred to in clause 1.6.4. The Principal
Request for Tender – March 2023 Page 5 of 40
BEVERI DGE FIRE STA TI ON

reserves the right to request additional documentation in relation to occupational health and
safety at any time or afterafter acceptance of tender.
7. Provision of all relevant licences and certificates and the like of all team members listed
8. Confirmation of financial capacity to undertake the works
Should the tenderer fail to submit any of the information so required in the time stipulated by the
Principal, the Principal may thereupon treat the tender as informal.

1.10 TENDER EVALUATION


1. After a Tender has been lodged, the Tenderer may be required to submit further information.
Tenderers must respond promptly to all such requests.

2. Additional information may be requested via a tender information request form. The form will
have separate sections for the Principal's request, the Tenderer's response, a record of any
subsequent discussion at a tender interview (if applicable), any final resolution and the
signature of the Tenderer's authorised agent.

3. Completed and resolved tender information request forms will be taken to form part of the
Tender. However, any provision in a tender information request form which is not in full
conformance with the Tender Documents will have no force or effect unless the particular
provision is specifically noted in the tender information request form as a departure from the
Tender Documents.

4. The Principal may, in its discretion, interview or meet with any one or more of the Tenderers.

5. If a Tenderer is called to such an interview or meeting, the Tenderer must be represented at


the interview by an authorised person (or persons) who is conversant with all technical,
financial and contractual details of the Tender.

1.11 TENDER EVALUATION CRITERIA


The Principal will evaluate tenders by taking into account the evaluation criteria identified in the
following table (not necessarily in order of priority or weighting).

Criterion Description Measure Method of measure

Financial Lowest Price Tendered prices Comparison of the price with other
Benefit Acceptable Offer submitted tender prices

Level of Ability to provide the Proven record of Proven record of timely completion of
Service/ works which meet the specification compliance all works based on past contractual
Capability specified requirements in past contracts. performances including referee check
(Quality) including:- Quality of systems and Standard Management and Quality
- Management policies employed. Systems.
Systems and Provision of construction Demonstrated skills, including the
Policies management plan. ability to manage labour and plant in
- Relevant experience Ability to carry out work delivering quality finishes and to
and capability within the required identify and manage all risks within the
- Program timeframes required timeframe.
requirements

Request for Tender – March 2023 Page 6 of 40


BEVERI DGE FIRE STA TI ON

Capacity Ability to supply works Sufficient resources and Review of Tenderers team structure
(Resources) within the timeframes capacity to ensure chart noting resources committed to
required including:- reliability of works. the contract.
- Resource availability Construction Supplier Review of the personnel skills and
- Financial capacity Registration or financial experience in delivering quality works
report. of similar nature.
Proposed cashflow. Current intended contractual
commitments relative to available
resources.
Review of financial capability.

Social and The Victorian Tenderer’s social The Tenderer’s provision of social and
Environment Government is committed procurement practices environmental outcomes – attributes
al Benefits to using its purchasing and principles. and business practices - and how they
power to generate social can be achieved through this Project.
value above and beyond Social outcomes that the
the value of the goods, Tenderer will deliver
services and construction whilst providing goods,
it procures. During services and
tender evaluation, construction to the
Government agencies State.
are required to apply the
Social Procurement The environmental and
Framework and consider sustainability practices
what Tenderers offer that the Tenderer adopts to
will benefit our reduce their
community, the economy environmental impact.
and the environment.
Information about the
Victorian Social
Procurement Framework
can be accessed through
the following link:
https://buyingfor.vic.gov.a
u/social-procurement-
framework
Local Ability to supply works Meeting list of Inclusion of Industry Capability
Industry incorporating local contestable items Network report findings.
Development content
Plan (LIDP)
Local
Content
Local Ability to supply works Number of Jobs created, Inclusion of Industry Capability
Industry incorporating local including Apprentice & Network report findings.
Development workforce Trainee related
Plan (LIDP) Employment.
Local Jobs
Statement of A statement of Provision of duly signed Assessing the statement including any
Compliance compliance or statement of clarifications & exclusions and
clarifications & Compliance checking completeness and
exclusions where so endorsement of the submitted
noted. schedule.
Occupational Ability to supply works Approved Certification, Assessing the completed submitted
Health & in compliance with completion of compliant schedule.
Safety current OH&S OH&S Management
Management standards and Systems
Systems requirements.
Industrial Ability to supply works Approved Certification Quality of IRMP Plan submitted
Relations in compliance with or provision of compliant against outlined criteria.
Management current IRMP IRMP management
Plan (IRMP) standards and plan.
requirements

Request for Tender – March 2023 Page 7 of 40


BEVERI DGE FIRE STA TI ON

Conflicts of A statement of Provision of duly signed Assessing the statement including any
Interest conflicts of interest. Conflict of Interest conflicts and checking completeness
Statement Statement. and endorsement of the submitted
schedule.

Statutory Declaration related to Provision of duly signed Checking completeness and


Declaration preparation of tender Statutory Declaration endorsement of submitted Statutory
regarding tender bidding Declaration schedule.
process.

1.12 ACCEPTANCE OF TENDER


1. The Principal shall not be bound to accept the lowest or any tender.
2. A tender shall not be deemed to have been accepted unless and until notice in writing of such
acceptance is handed to the tenderer or sent by pre-paid post to or is left at the address stated
in the Tender Form for the service of notices.
3. Acceptance by the Principal of any tender does not indicate or imply acceptance or approval
of the tenderer's occupational health and safety policy or procedures, system or program.
4. On acceptance of the tender, the tenderer shall comply with clause 6.2 of the General
Conditions of Contract.
5. Unless and until a Formal Instrument of Agreement is executed in accordance with clause 6.2
of the General Conditions of Contract, the tender and the tender documents together with the
notice in writing of acceptance of the tender shall constitute the contract between the Principal
and the successful tenderer.

1.13 CONFIDENTIAL INFORMATION


All information provided by or exchanged between the Tenderer and the Principal including
submission of tenders shall be treated as confidential information and both parties shall undertake
to maintain such information as confidential.

1.14 VALIDITY OF TENDER


The amount tendered shall remain valid for acceptance by the Principal for a period of sixty (60)
calendar days from the closing date of tenders.

1.15 PRINCIPAL CONTROLLED INSURANCE


1. Without relieving the Contractor of his obligations and responsibilities under the Contract the
Principal has arranged a Contract Works and Public Liability Insurance Policy ('the Policy') in
the joint names of the Principal and all contractors and subcontractors engaged in work at the
Site in respect of the Works in accordance with the terms and conditions and exceptions of the
Policy. The details of the cover arranged are contained in the copy of the Policy available on
request from the Principal.
2. The cost of the Policy will be borne by the Principal.
3. The Contractor must:
(i) Observe and be bound by, and ensure that all the Contractor's sub-contractors observe
and are bound by, the whole of the terms and conditions of the Policy;
(ii) Bear any excesses specified in the Policy and reimburse to the Principal on demand any
such excess paid by the Principal in respect of any claim relating to the Works;
(iii) Forthwith notify the Principal and the Insurer of any event, which may lead to a claim
under the Policy and follow all claims procedures required by the Principal;
(iv) Effect and maintain until the date of issue of the Final Certificate and at the Contractor's
sole cost the following insurances:

Request for Tender – March 2023 Page 8 of 40


BEVERI DGE FIRE STA TI ON

• Employee accident/worker's compensation (where the Contractor is a natural person)


in respect of the Contractor;
• Comprehensive and third party motor vehicle liability insurance for all motor vehicle
liability insurance for all motor vehicles used in or about the Works;
• Contractor's Plant and Equipment insurance.
• All other insurances which the Contractor is required to effect under the Contract or at
law
and the Contractor shall be required by the Principal to produce the policies and Certificates
of Currency for all such insurances and evidence of Workcover registrations.

4. Neither the effecting of insurance by either the Principal or the Contractor as required by the
Contract nor any failure by either of them to effect such insurance nor any other matter or thing
provided or arising under the Contract shall in any way limit reduce or otherwise affect any of
the obligations responsibilities and liabilities of the Contractor under any other provisions of
this Contract or at law.
5. Tenderers shall refer to the Annexure for the insurance alternative applicable to this contract.
Where Principal Controlled Insurance applies ie Alternative 2, copies of the policy schedule
are available from:
Contact:
CFA Manager Insurance Services.
Country Fire Authority
8 Lakeside Drive
Burwood, Victoria 3151
Email: insurance@cfa.vic.gov.au

1.16 DOCUMENTS TO BE LODGED WITH TENDER


Refer to the Tender Submissions sub-section, 2 Tender Schedule, within the TENDERING
INFORMATION section for details required to be completed and lodged with the tender.

1.17 TIMES FOR PRACTICAL COMPLETION


Where the Principal accepts the time or times nominated by the Tenderer in writing at the time of
tendering, such time or times will be inserted in Annexure Part A at item number 50 (refer
Specifications Vol.1,Section 1 Conditions of Contract). prior to the execution of the Formal
Instrument of Agreement. Such time or times for practical completion shall not exceed the time
or times stated in the right hand column of the Annexure Part A, item 50 (refer Specifications Vol.1,
Secttion 1 Conditions of Contract).

1.18 ABBREVIATIONS
CFA refers to the Country Fire Authority, the Principal.
OHS refers to Occupational Health and Safety
IRMP refers to Industrial Relations Management Plan
ICN refers to Industry Capability Network (Not Applicable)
LJF referes to Local Jobs First (Not Applicable)
LIDP refers to Local Industry Development Plan (Not Applicable)

1.19 LOCAL JOBS FIRST POLICY (LJFP) (Not Applicable)


1. LIDP - Contestable and Non-Contestable items
Within a procurement activity there are compeitiive local and international suppliers. The LJFP
requires that government agencies consider local content commitments, particularly in respect
of “contestable items”. Contestable items are goods or services that can be manufactured or

Request for Tender – March 2023 Page 9 of 40


BEVERI DGE FIRE STA TI ON

provided competitively both locally and internationally. Non-Contestable items are goods or
services that are local or international by nature, or that can only be sourced internationally.
The “contestable items” within the scope of this Request for Tender are included in Schedule 6:
LIDP - ”Contestable Outcome” provided by ICN.

2. LIDP - Local Jobs First (Not Applicable)


The Local Jobs First seeks to maximise opportunities for Australian, New Zealand and Victorian
suppliers (Local Suppliers) to compete for government business on the basis of best value for
money over the life of the goods or services. The LJFP is implemented by Victorian Government
departments and agencies to help drive local industry development.
The Standard LIDP applies to Government procurement activities, construction activities, major
projects, major events, public private partnerships and investment support, business
development and community infrastructure grants above the threshold values of $3 million or
more in Metropolitan Melbourne and $1 million or more in Regional Victoria.

3. LIDP (Not Applicable)


I. All tenderers must prepare a LIDP and submit it to the ICN. Tenderers are
encouraged to engage with the ICN early in the tender preparation process to avoid
undue delays in preparing a LIDP. Contact details for ICN are provided below.
II. The LIDP must be submitted electronically via the website (www.icnvic.org.au/vipp).
Bidders will be asked for the following information:

Key LIDP Criteria Description

Local Value-added Activity Specify the level of Victorian, Australian and


New Zealand value-added activity, expressed
as a percentage of the overall bid price for each
item

Employment created or Provide details of employment opportunities that


retained will be created or retained in Australia and New
Zealand as a result of the contract

Apprentices/trainees created The number of apprentice/trainee positions that


and existing positions to be will be created in Australia and New Zealand
utilised on the contract and existing apprentices/trainees utilised as a
result of the contract.

Implementation & Monitoring Provide details of the methods and processes to


be adopted in identifying local suppliers,
assessing and comparing suppliers and
products, and monitoring and reporting the local
content.

To demonstrate that the LIDP is provided and completed correctly and includes all
required information, tenderers must obtain certification for their LIDP from ICN. Please
see below for contact details of ICN and details of the support services available.

a) Use of the LIDP

I. Any post-tender changes in a bidder’s LIDP commitments will require further


ICN assessment and certification.

II. The contents of a successful bidder’s final LIDP will be included in the
agreement to be entered into between that Tenderer and the Agency. Further,
the successful bidder’s LIDP information will be recorded centrally for ICN
verification of the LIDP outcomes reported.

Request for Tender – March 2023 Page 10 of 40


BEVERI DGE FIRE STA TI ON

b) Local Content Evaluation Criteria – Weighting

I. The Government has introduced a minimum 10% formal weighting for local
content, and 10% formal weighting for local jobs for LIDP applicable projects.

II. Agencies are required to disclose Local Content as a weighted tender


evaluation criterion and the weighted percentage in the RFT documents. The
weighting applies to all types of LIDP applicable projects.

III. Principals will be required to report on the application of the weighted Local
Content criterion, including the percentage applied, on LIDP applicable projects
as part of the Agency’s annual reporting requirements as per the Department
of Treasury and Finance - Financial Reporting Directive (FRD25C).

c) Further information and assistance

I. The Department of Economic Development, Jobs, Transport and Resources


(DEDJTR) has prepared guidelines for Suppliers on the application of LIDP to
procurement in 'Local Jobs First Policy – Supplier Guidelines. A copy of the
Guidelines and further information about LIDP as well as useful templates are
available on the DEDJTR website at
www.economicdevelopment.vic.gov.au/victorian-industry-participation-policy

II. ICN provides free services to assist bidders in identifying and developing the
above information. ICN's services are available during the tendering process.

III. Bidders are advised that ICN will be available to assist them in implementing
the VIPP.

IV. For further information or assistance, bidders can contact ICN on (03) 9864
6700or visit www.icnvic.org.au/vipp

Request for Tender – March 2023 Page 11 of 40


BEVERIDGE FIRE STA TION

SECTION 2 - TENDER SUBMISSION

Summary Checklist of Tender Submission


The Tenderer shall complete and submit checklist confirming information submitted with the Tender.

INFORMATION REQUIRED / SUMMARY CHECKLIST SUBMITTED

Schedule of Tender Submission YES NO

Tender Form ☐ ☐
Tender Breakdown Summary ☐ ☐
Schedule of Rates ☐ ☐

Response Schedules and Statutory Declaration YES NO

Schedule 1: Capability / Level of Service ☐ ☐


Schedule 2: Construction Program (Preliminary) ☐ ☐
Schedule 3: Site Organisation & Key Personnel ☐ ☐
Schedule 4: Financial Requirements ☐ ☐
Schedule 5: Social and Environmental Benefits ☐ ☐
Schedule: Local Industry Development Plan (LIDP) (Not Applicable) ☐ ☐
Schedule 6: Statement of Compliance ☐ ☐
Schedule 7: Occupational Health, Safety & Environment (OHS&E)
Management Systems
☐ ☐
Schedule 8: Industrial Relations Management Plan (IRMP) ☐ ☐
Schedule 9: Conflicts of Interest Statement ☐ ☐
Schedule 10: Statutory Declaration ☐ ☐

Request for Tender – March 2023 Page 12 of 40


BEVERIDGE FIRE STA TION

COUNTRY FIRE AUTHORITY LAND & BUILDING SERVICES


8 Lakeside Drive, Burwood East Project Manager: TBC
Box 701, Mt Waverley 3149

TENDER FORM

PROJECT TITLE: BEVERIDGE FIRE STATION

TENDER CLOSING TIME & DATE: 2.00pm, Friday, 28th April 2023

LODGEMENT DETAILS Address: Tenders shall be lodged at Tenders Victoria website:


www.tenders.vic.gov.au

TENDERER’S NAME:
(Full name in CAPITAL LETTERS)

Business Address:

Town/Suburb: Postcode:

Telephone: Fax:

A.C.N. / R.B.N:

AB.N.:

Building Practitioner No.:


I/We hereby submit a tender, subject to the Conditions of Tendering, to execute and perform the following
works at:

Work Description: BEVERIDGE Fire Station

Work Location: 354 Lithgow Street BEVERIDGE VIC 3753


In accordance with the Tender Documents as nominated in Clause 1.2 of the Conditions of Tendering and
detailed in Clause 2.1.3 of the Preliminaries for the lump sum of:
Tender Sum:
(Inclusive of GST)
(Amount in words)
(Amount in figures) $

The above tender price includes all works nominated in ADDENDUM No(s) ……………………………….

Completion of Works within a period of ................... working days which period does not exceed the
maximum time for completion as stated in the Annexure Part A of the General Conditions of Contract.

TENDERER’S SIGNATURE: DATE:

NAME AND POSITION:

Request for Tender – March 2023 Page 13 of 40


BEVERIDGE FIRE STA TION

COUNTRY FIRE AUTHORITY LAND & BUILDING SERVICES


8 Lakeside Drive, Burwood East Project Manager: TBC
Box 701, Mt Waverley 3149

TENDER BREAKDOWN FORM

COMPANY NAME:

PROJECT TITLE: BEVERIDGE FIRE STATION

TRADE AMOUNT ($)


• Preliminaries - Site Establishment (Including Mobilise/commission/set up the
$
site).
• Preliminaries - Monthly Ongoing Costs. $

• Preliminaries - Demobilise/decommission the site. $

• Demolition $
• Site Works & Preparation / Earthworks - Includes Site strip, Bulk
$
excavation/Site cut, Backfill and Removal of soil.
• Plumbing Hydraulics - Including Sanitary/Sewer drains, Hot & Cold water
$
reticulation, Stormwater Drains & Pits, Fire Service.
• Plumbing Stormwater - including stormwater drains, pits, trench grates,
$
rainwater tanks (including electric pump).
• Concrete (Main Building) – Including Termite protection, ground floor slabs,
$
footings & blinding concrete as detailed.
• Concrete - External pavement works. $
• Structural Steelwork. $
• Metal Roofing & Wall Cladding, Roof Plumbing & Insulation including total
$
recladding of South and East walls of the existing Motor Room.
• Reclad the North (front) and West (boundary side) external walls of existing
Motor room with new colour bond metal wall cladding to match existing $
profile.
• Metal Work. $
• Internal Wall and Ceiling Linings. $
• Carpentry - General framing & Lock up. $
• Carpentry - Carpentry internal fix including installation of doors, skirtings,
$
architraves & trims including door hardware and door signage.
• Shop built joinery/ Cabinetry & fixtures. $
• Aluminium Doors & Windows - Including glazing. $
• Resilient Finishes - Including floor & wall vinyl, & carpet. $
• Painting. $
• Electrical Services - Power, lighting and Data $
• Mechanical Services - Air conditioning systems & Exhaust / Supply air
$
systems.
• Roof Fall Arrest System (Provisional Sum) $ 3,000.00
Request for Tender – March 2023 Page 14 of 40
BEVERIDGE FIRE STA TION

TRADE AMOUNT ($)


• Other
• NET Total (Excluding GST) $
• GST Component $
• Total (Inclusive of GST) $

Selected motorised roller shutter doors / roller doors / PLC supplier / contractor:
N/A

Tenderer’s Signature:

TRADE BREAKDOWN FORM

Project: Beveridge Fire Station

Name:

Position:

Signature:

Date:
Dated this…………day of………..…………………2023

Request for Tender – March 2023 Page 15 of 40


BEVERIDGE FIRE STA TION

COUNTRY FIRE AUTHORITY LAND & BUILDING SERVICES


8 Lakeside Drive, Burwood East Project Manager: TBC
Box 701, Mt Waverley 3149

SCHEDULE OF RATES

COMPANY NAME:

PROJECT TITLE: BEVERIDGE FIRE STATION

ADDRESS: 354 Lithgow Street BEVERIDGE VIC 3753

Schedule of rates applicable to the contract to be used in determining the cost of variations including all
supply and installation costs, loadings, allowances, preliminaries (including overheads, administration costs,
supervision, establishment costs, attendance, etc) and profit. The Tenderer must complete and submit a
separate schedule of rates for Mechanical, Electrical and Hydraulic Services items described in Volume 2 of
this Specification. Provide all-inclusive unit rates for the following:

ITEM Net Unit Price $


1. (a) Rate per cubic metre for excavation in ‘Rippable Rock’ (Refer Cl $
2.33 Vol 1) and removal of waste material from site.
2. (b) Rate per cubic metre for excavation in ‘ Non Rippable Rock’ (Refer $
Cl 2.33 Vol 1) and removal of waste material from site.
3. Rate for the provision of 15mpa blinding concrete per cubic metre -
$
(Include excavation, backfilling, compaction and disposal of waste
material from site).
4. Rate for the provision of Class 2 FCR per cubic metre:
(Include supply of material, placement and compaction)
$
5. Rate for the provision of Class 3 FCR per cubic metre:
(Include supply of material, placement and compaction)
$
6. Rate for the provision of NDCR per cubic metre:
(Include supply of material, placement and compaction)
$
7. Rate for general site excavation per cubic metre:
(Include removal of waste material from site).
$
8. Rate for detailed excavation per cubic meter (trenching, pad footings
$
etc) Include removal of waste from site and backfilling with compacted
fill Class 3 FCR.
9. (a) Rate per tonne for removal and disposal of clean fill soil to licensed
facility.
$
10. Rate for Heavy Duty concrete pavement truck area per square metre,
allow for sub base preparation, formwork surface finish and curing.
$
11. Rate for new Light Duty concrete footpath pavement per square metre,
allow for sub base preparation, formwork surface finish and curing
$
12. Rate to remove colourbond wall sheeting in continuous length of 4.2m
$ per 4.2m
extending from floor level to eaves line and replace with new colour
bond sheeting to match existing profile. length.

Request for Tender – March 2023 Page 16 of 40


BEVERIDGE FIRE STA TION

ITEM Net Unit Price $


13. Rate for the supply and installation of an additional:-
(a) Double 10amp GPO (assume on an existing circuit). $
(b) Double 10amp GPO with Double USB (assume on an existing $
circuit).
(c) Double 15amp GPO (on new circuit). $
(d) Additional data point (allow for provision of 10 metres of Cat 6 $
cabling).
(e) Additional linear metre rate for Cat 6 cabling beyond 10 metres. $

14. Rate for the supply and installation of Wall Vinyl as specified $
15. Rate for the supply and installation of Floor Vinyl as specified $
16. On site hourly labour rate for plumber $
17. On site labour rate for concreter $
18. On site labour rate for carpenter $
19. On site labour rate for plasterer $
20. On site labour rate for labourer $
21. On site labour rate for electrician $

Tenderer’s Signature:

SCHEDULE OF RATES

Project: Beveridge Fire Station.

Name:

Position:

Signature:

Date:
Dated this…………day of………..…………………2023

Request for Tender – March 2023 Page 17 of 40


BEVERIDGE FIRE STA TION

Schedule 1: Statement of Capability / Level of Service


To satisfy the minimum acceptable requirement, the Tenderer shall submit the following. The substance and
quality of the submission shall determine additional scoring.

• A Company Organisation Chart


• Brief CVs for non-project personnel
• List of relevant projects completed by the Tenderer (the tenderer would have appeared on the building
permit). Include:
o Client name if possible
o Referee with contact details
o Year of completion
o Approximate value at time of completion
• Include any ISO or similar certificates related to management, quality, business, environmental &
similar systems; or if not ISO or similar certified, include copies of management, quality, business,
environmental & similar systems.
• Construction methodology statement particular for this project
• Site map showing site access, site establishment etc in support of the construction methodology
statement.

Additional relevant information may also be included.

Request for Tender – March 2023 Page 18 of 40


BEVERIDGE FIRE STA TION

Schedule 2: Construction Program (Preliminary)


To satisfy the minimum acceptable requirement, tenderers are to submit the following and sign and date the
form. The substance and quality of the submission shall determine additional scoring.
• Whilst the maximum required number of workding days is indicated below, insert the tenderers
proposed number of working days and proposed Date of Practical Completion in the table below.
• A detailed program/gantt chart using Microsoft Project of similar software.

Additional relevant information may also be included.

The works are to achieve Practical Completion within the required 90 working days of the date of Acceptance
of Tender.

Notes:
1. The preliminary construction program is to include the main activities, from Acceptance of Tender to
the date for Practical Completion. Include the staging of the works and the breakup of all trades and
show the best achievable date for Practical Completion. Show the critical path in red.
2. The preliminary construction program shall be in accordance with the requirements of Volume 1 Clause
2.13.3
3. Include as a separate activity within the program 10 days for inclement weather.
4. The program is to be based on the Working Day Calendar prepared by the Master Builders
Association of Victoria 38 hour working week. The Tenderer will need to follow council regulations
and acquire approvals to work on weekends as needed.
5. Tenderer to provide a program based on the Acceptance of Tender date of 31st May 2023.

Construction Program
Number of proposed Working Days from the Acceptance of Tender
The number of proposed working days is not to exceed the maximum
required number of working days.

Date of Practical Completion

Tenderer’s Signature:

Project: Beveridge Fire Station

Name:

Position:

Signature:

Date:
Dated this………… day of…...……………………2023.

Request for Tender – March 2023 Page 19 of 40


BEVERIDGE FIRE STA TI ON

Schedule 3: Site Organisation and Key Personnel


To satisfy the minimum acceptable requirement, tenderers are to submit the following and sign and date the forms. The substance and quality of the submission
shall determine additional scoring.
• A Project Organisation Chart with the roles and names of the the proposed personnel.
• Detailed CVs for key project personnel. Include qualifications, previous roles & years of experience, years of experience with the tenderer, years of
experience in the proposed role.
• Complete table 3A - Key Personnel below
• Complete table 3B - Industry referees below.
Additional relevant information may also be included.
3A – Key Personnel
The personnel so nominated may only be changed with the agreement of the Superintendent. The Tenderer shall nominate the approximate percentage
of each nominated personnel’s time, which will be dedicated to the project, and whether that person will be based on or off site. The Tenderer must
show how the key project personnel’s current project commitments will be managed.

Percentage of time
Key Project Personnel List other Projects Percentage of time
committed on other Anticipated Completion date
committed to this Project Based On or Off site
Role Commitments projects listed of other Projects
%
%

Construction Manager

Project Manager

Contract Administrator

Site Manager/Foreman

OHS Representative

Add as appropriate

Request for Tender – March 2023 Page 20 of 40


BEVERIDGE FIRE STA TI ON

3B – Industry Referees for key project personnel for recently completed projects of similar type and scale
• Provide details for referees for current project(s) and immediate past projects.

Role: Construction Manager Name:

Project Project Completion Year Project Value at Completion Project Referee Referee Role/Position Telephone No.

1.

2.

3.

Role: Contracts Administrator Name:

Project Project Completion Year Project Value at Completion Project Referee Referee Role/Position Telephone No.

1.

2.

3.

Role: Project Manager Name:

Project Project Completion Year Project Value at Completion Project Referee Referee Role/Position Telephone No.

1.

2.

3.

Role: Site Manager / Foreman Name:

Project Project Completion Year Project Value at Completion Project Referee Referee Role/Position Telephone No.

1.

2.

Request for Tender – March 2023 Page 21 of 40


BEVERIDGE FIRE STA TI ON

3.

Add other personnel as appropriate

Tenderer’s Signature:

Project: Beveridge Fire Station

Name:

Position:

Signature:

Date:
Dated this…………… day of….……………….…2023.

Request for Tender – March 2023 Page 22 of 40


BEVER DIGE FIRE STA TI ON

Schedule 4: Financial Capacity


To satisfy the minimum acceptable requirement, tenderers are to submit the following and sign and
date the form. The substance and quality of the submission shall determine additional scoring.
• A letter or certificate showing registration from the Construction Supplier’s Register including
pre-qualification amounts (preferred); or
• If CSR registration is not held then submit a “Comprehensive Report” from Illion Australia Pty
Ltd, formerly Dun & Bradstreet. The report is to have been produced within the last year of the
tender closing date.
• Provide a proposed monthly cashflow for the project expenditure.
Additional relevant information may also be included.

The Principal reserves the right to request at any time for the Tenderer to provide Audited Financial
Statements for the last 3 full financial years (including Balance Sheet, Income Statement and
Statement of Cash flows) including notes to the accounts, along with Audit certification,

Or;

Internal Management Accounts for the last 3 full financial years (including Balance Sheet, Income
Statement and Statement of Cash flows) including notes to the accounts along with Director and/or
Chief Financial Officer certification.

By signing this schedule, the Tenderer acknowledges that further financial information may be
requested during the tender evaluation phase.

Tenderer’s Signature:

Project: Beveridge Fire Station

Name:

Position:

Signature:

Date: Dated this ……..… day of ……………………… 2023.

Page 23 of 43
BEVERI DGE FIRE STA TI ON
Schedule 5: Social and Environmental Benefits
The Victorian Government is committed to using its purchasing power to generate social value
above and beyond the value of the goods, services and construction it procures. During tender
evaluation, government agencies are required to apply the Social Procurement Framework and
consider what tenderers offer that will benefit our community, the economy and the environment.

Information about the Victorian Social Procurement Framework can be accessed through the
following link:

https://buyingfor.vic.gov.au/social-procurement-framework

To satisfy the minimum acceptable requirement, tenderers are to submit the following. The substance
and quality of the submission shall determine additional scoring.

• Outline the tenderer’s approach to social and environmental outcomes – attributes and
business practices - and how they can be achieved through this Project.

For example, tenderers could choose to describe matters such as:

• how they will involve disadvantaged Victorians, social enterprises, Australian Disability
Enterprises or Aboriginal businesses in the Project (for example including them in the
supply chain or through inclusive employment practices)

• charitable activities such as sponsorships and workplace giving programs

• how they apply environmentally sustainable business practices, for example, through
support of initiatives such as Take2 or the UN Global Compact

(These are examples only and Tenderers should reference matters relevant to their own
business.)

Request for Tender – March 2023 Page 24 of 40


BEVERI DGE FIRE STA TI ON
Schedule: Local Industry Development Plan (Not Applicable)
To satisfy the minimum acceptable requirement, tenderers are to submit the following:
• A copy of the LIDP (Local Industry Development Plan) as submitted to the ICN (Industry
Capability Network). The LIDP template is available at the following web address:
www.localjobsfirst.vic.gov.au. The address also provides guidance for the completion of the
LIDP.
Tenderers are required to consult with the ICN for certification of their LIDP. Details are
available from ICN on (03) 9864 6700 or visit www.icnvic.org.au/vipp ref: CFA-2022-0123
Refer to Specification Volume 1 Annexure Part D for details of the ICN and their list of
contestable items.
• Any documentation evidencing the certification by the ICN to this Tender, or a letter or a form
of receipt from ICN acknowledging that a LIDP plan has been submitted to ICN.
Tenderers attention is drawn to the Local Jobs First Policy Agency Guidelines.
• A tender proposal is not complete without an ICN Acknowledgment letter.
• Only tenderers with an ICN acknowledged LIDP may be considered during the selection of the
preferred tender.

INSERT APPLICABLE ICN DOCUMENT as noted above.

Request for Tender – March 2023 Page 25 of 40


BEVER DIGE FIRE STA TI ON

Schedule 6: Statement of Compliance


To satisfy the minimum acceptable requirement, tenderers must complete, sign and date the form.
The Tenderer shall list each section and clause if necessary of the Tender documents and indicate
any non-compliances / qualifications / exclusions and deviations with these sections. Any items not
specifically listed are deemed to comply. If the tender is fully compliant, please indicate this in writing
on this form. Confirm agreement to enter into construction contract unamended.
List any clarifications and/or exclusions here, not in a separate letter.
CONTRACT:

Contract clause Issue Proposed Impact on


reference amendment conforming Tender
contract sum

INSURANCES – EXCLUSIONS:
*Should the Tenderer’s proposed Insurance Policies contain any exclusion, then these must be
disclosed in the tender.

Contract clause Issue Proposed Impact on


reference amendment conforming Tender
contract sum

TECHNICAL:

Contract clause Issue Proposed Impact on


reference amendment conforming Tender
contract sum

Tenderer’s Signature:

Project: Beveridge Fire Station

Name:

Position:

Signature:

Date:
Dated this…………… day of…….…………………2023.

Page 26 of 43
BEVERI DGE FIRE STA TI ON
Schedule 7: Occupational Health & Safety (OHS) and Safety
Management System Questionnaire for Tenderers
This questionnaire forms part of the Principal’s process to evaluate prospective contractors. It is to be
completed by registrants and tenderers and submitted by them with their registrations of interest and/or
tenders.
The objective of the questionnaire is to assist the Principal in establishing the level of competency of the
prospective contractor with regard to occupational health and safety (OHS) management by requesting
tenderers to provide evidence in relevant matters.
Sucsessful tenderer will be required to provide to the Principal a Health and Safety Management Plan
and other information to be specified by the Principal that demonstrate the tenderer satisfies the
requirements of OH&S statutory regulations and relevant Codes of Practice required by the Victorian
Government.

The information provided in this questionnaire is an accurate summary of the company’s


OHS management system.

Completed on behalf of:

By: Phone:

Position:

Project: Beveridge Fire Station

ITEM YES NO N/A COMMENTS


OHS Policy and Management
1. Is the company listed on the Victorian
government’s Construction Supplier
Register?
If yes, provide evidence (e.g. copy of
registration).
If answering Yes, proceed to item 26 and
complete the remaining questions.
If answering No, proceed to item 2.
Explanation:
Registration demonstrates that the company
meets the OHS-related standards required
of Government construction suppliers.
Registration is not a mandatory requirement
of the Principal.

2. Does the company have an OHS


management system certified by a
recognised independent authority (e.g.
AS/NZS 4801 OHS Management Systems
– Specifications with guidance for use)
If yes, provide evidence (e.g. copy of
certification).
If answering Yes, proceed to item 26 and
complete the remaining questions.
If answering No, proceed to item 3.

Request for Tender – March 2023 Page 27 of 40


BEVERI DGE FIRE STA TI ON
ITEM YES NO N/A COMMENTS
Explanation:
Certification demonstrates that the company
meets the OHS-related standards set by the
certifying body.
Certification is not a mandatory requirement
of the Principal.
3. Does the company have an OHS
management system manual or a Health
and Safety Management Plan (HSMP)?
If yes, provide a copy of the content
page(s).
Explanation:
Short-listed tenderers will be required to
provide to the Principal a HSMP that
satisfies the requirements OH&S statutory
regulations and relevant Codes of Practice
required by the Victorian Government
4. Provide a current copy of a relevant
project site safety management plan.
Explanation:
The successful tenderer will be required to
develop and provide to the Principal a site
safety management plan before any
construction work commences under the
contract.
For projects with a contract value of
$350,000 or more, (inclusive of GST), the
successful tenderer will be required to
prepare and provide to the Principal before
any construction work commences a Health
and Safety Co-ordination Plan for the
project that meets the requirements of the
Victorian OHS Regulations (2007) 5.1
Construction.
5. Are health and safety responsibilities
identified clearly for all levels of staff in
the company?
Provide details.

Safe Work Practices and Procedures


6. Has the company prepared Safe Work
Methods (SWMS), Safe Operating
Procedures, specific safety instructions,
or the equivalent, relevant to the
contract?
If yes, provide a summary listing of the
SWMSs, procedures or instructions.
7. Does the company have documented
incident and injury reporting and
investigation procedures?

Request for Tender – March 2023 Page 28 of 40


BEVERI DGE FIRE STA TI ON
ITEM YES NO N/A COMMENTS
If yes, provide a copy of a standard incident
report form and incident investigation
procedure.
8. Does the company have procedures for
maintaining, inspecting and assessing
the hazards of plant and equipment used
by company?
Provide details.
9. Does the company have procedures for
the handling and storage of hazardous
substances and dangerous goods?
Provide details.
10. Does the company have procedures for
identifying, assessing and controlling
risks associated with manual handling?
Provide details.
11. Does the company have procedures for
identifying, assessing and controlling
risks associated with working at heights
(greater than 2m)?
Provide details.
OHS Training
12. Describe how health and safety training
is conducted in your company.
Provide details of all training programs that
are relevant to the contract work.
13. Describe how employees are inducted in
your company.
Provide details of the induction program.
14. Does the company maintain records of
all induction and training programs
undertaken for employees?
If yes, provide examples of relevant records.
15. Do your employees hold all applicable
licences and are appropriately qualified
and experienced for the contract work?
If yes, complete item 37.

Health and Safety Workplace Inspections


16. Does your company undertake regular
workplace health and safety
inspections?
If yes, provide details of their frequency.

Request for Tender – March 2023 Page 29 of 40


BEVERI DGE FIRE STA TI ON
ITEM YES NO N/A COMMENTS
17. Does your company document the
health and safety inspections at
worksites?
If yes, provide examples of forms and
completed inspection reports.
18. Does your company have a procedure by
which employees can report hazards at
the workplace?
Provide details.
Health and Safety Consultation
19. Does the company consult employees
on OHS matters including amenities?
Provide details.
20. Does the company have a workplace
health and safety committee?
If yes or no, provide details.
21. Does the company have employee
elected health and safety
representatives?
If yes or no, provide details.
Sub-Contractor Management
22. Does the company intend to engage sub-
contractors to undertake the contract
work?
Provide details.
23. Describe the company’s OHS
management system for the engagement
of sub-contractors, including assessing
the level of OHS competence of the sub-
contractor and inducting them and
monitoring their performance.

24. Does the company monitor the OHS


performance of its sub-contractors and
their compliance with contract
conditions?
Provide details.
OHS Performance
25. Does the company have a procedure for
recording and analysing health and
safety performance?
Provide details.
26. Does the company provide its
employees with information on company
health and safety performance?
Provide details.

Request for Tender – March 2023 Page 30 of 40


BEVERI DGE FIRE STA TI ON
ITEM YES NO N/A COMMENTS
27. Provide details of the company’s OHS
performance for each of the three most
recent contracts completed by the
company. Include detail of the contracts.

28. Provide the company’s lost time injury


frequency rate for the past five financial
years (including all sub-contractors).

29. Provide the company’s total number of


workers’ compensation claims for the
past five financial years.

30. Provide the company’s total number of


days lost to work-related injury or illness
for the past five financial years.

31. Provide the company’s industry


classification premium rates for the past
five financial years.

32. Provide the company’s workers’


compensation premium rates for the
past five financial years.

33. Provide details of the company’s current


workers’ compensation insurance
policy.

34. Has the company (or any of the current


or former directors or senior managers)
been convicted of an OHS-related
offence or had fines or sanctions
imposed under any OHS or common law
within the past five financial years.
If yes, provide details.

35. Is the company currently being


prosecuted for an OHS matter under any
OHS or common law?
If yes, provide details.

36. Has the company been issued with a


Prohibition Notice, Improvement Notice
or Provisional Improvement Notice
under any OHS law within the past five
financial years?
If yes, provide details.

Request for Tender – March 2023 Page 31 of 40


BEVERI DGE FIRE STA TI ON
ITEM YES NO N/A COMMENTS
37. Licences
Provide details of the relevant licences of the company’s employees and representatives
who will work on the contract, when known.
Licence
Licence Type Licensee’s Name Expiry Date
No.

Request for Tender – March 2023 Page 32 of 40


BEVERI DGE FIRE STA TI ON
Schedule 8: Industrial Relations Management Plan
To satisfy the minimum acceptable requirement the tenderer must complete, sign and date the forms.
The Tenderer must demonstrate that it has in place:
1. An Industrial Relations Policy Statement that details:
a. the organisational structure for each project identifying the senior personnel, their
responsibilities and the reporting lines;

b. the contact details of the people responsible for managing workplace relations matters;

c. the process for consulting and communicating with the workforce, including strategies to
communicate with and manage the relationship with employees, subcontractors, construction
unions and representatives of building associations;

d. the disputes resolution and grievance procedure; and

e. the process for managing subcontractor compliance with legal obligations.


2. A project specific Industrial Relations Plan that:
a. assesses the workplace relations risks specific to that project;

b. outlines approaches tailored to manage those specific risks;

c. outlines a contingency plan to respond to unforeseen risks;

d. outlines the proposed approach to compliance with legal obligations under relevant
Commonwealth and State legislation, and industrial instruments including:

i. Commonwealth workplace relations legislation;

ii. applicable enterprise agreements and modern awards;

iii. applicable project agreements;

iv. Victorian long service leave legislation;

v. Victorian occupational health and safety legislation;

vi. Victorian workers compensation legislation;

vii. Victorian and Commonwealth equal opportunity, anti-discrimination and charter of


human rights and responsibilities legislation; and

viii. legislation relating to the operation of superannuation;

e. proposed approach to managing employee’s entitlements;

f. outlines policies and procedures that detail the approach that will be taken to the selection,
engagement and management of subcontractors; and

g. outlines strategies that will be put in place to ensure subcontractors comply with their legal
obligations.

Demonstration that the Tender has submitted:


3. the Industrial Relations Self-Assessment Checklist in the form of Schedule 1 of Guidance on
Industrial Relations Management Criteria; and
4. a Declaration of Compliance with the Industrial Relations Management Criteria in the form of
Schedule 2 of Guidance on Industrial Relations Management Criteria.

Request for Tender – March 2023 Page 33 of 40


BEVERI DGE FIRE STA TI ON
Schedule 8.1: Industrial Relations Management Criteria Self
Assessment Checklist.

A. Industrial Relations Policy Yes No

1) Does your organisation have an industrial relations policy


statement, that is signed by most senior person in the
organisation, that details:
• the organisational structure for each project identifying
the senior personnel, their responsibilities and the
reporting lines;
• the contact details of the people responsible for
managing workplace relations matters;
• the process for consulting and communicating with the
workforce, including strategies to communicate with and
manage the relationship with employees,
subcontractors, officers, delegates and other
representatives of building associations;
• the disputes resolution and grievance procedure;
• the process for managing subcontractor compliance with
legal obligations.

B. Industrial Relations Plan Yes No

1) Does your organisation have an industrial relations plan that


identifies the following:
• the industrial relations issues that are relevant to your
organisations;
• actions that will be taken in the event of the following
types of incidents:
- grievance disputes;
- inclement weather;
- site issues including site allowances, amenities,
clothing and tools;
- potential or actual industrial action; and
- unforeseen risks.
C. Compliance with legal obligation Yes No
1) Does your organisation have policies and procedures to
ensure compliance with the following categories of
legislation:
• Commonwealth workplace relations legislation (including
the Building and Construction Industry (Improving
Productivity) Act 2016 (Cmwlth) and where applicable
the Code for the Tendering and Performance of Building
Work 2016 and the Fair Work Act 2009 (Cmwlth).
• Long service leave (including the Construction Industry
Long Service Leave Act 1997 (Vic) and Long Service
Leave Act 1992 (Vic))
• Occupational health and safety (including the
Occupational Health and Safety Act 2004 (Vic))
• Workers compensation (including the Workplace Injury
Rehabilitation and Compensation Act 2013 (Vic))
• Equal opportunity (including the Equal Opportunity Act
2010 (Vic))
• Anti-discrimination (including the Age Discrimination Act
2004 (Cmwlth), Sex Discrimination Act 1984 (Cmwlth),

Request for Tender – March 2023 Page 34 of 40


BEVERI DGE FIRE STA TI ON
Racial Discrimination Act 1975 (Cth) and Disability
Discrimination Act 1992 (Cmwlth).
• Charter of human rights and responsibilities (including
the Charter of Human Rights and Responsibilities Act
2006 (Vic) and the Australian Human Rights
Commission Act 1986 (Cmwlth).
• Superannuation (including the Superannuation
Guarantee Administration Act 1992 (Cmwlth).
D. Management of Employee Entitlements Yes No

1) Does your organisation only employ employees in accordance


with an enterprise agreement approved by the Fair Work
Commission, modern award or employment contract?

2) Does your organisation have an applicable or proposed project


agreement in place?

3) Does your organisation have policies and procedures that


allow employees to access information about the relevant
enterprise agreement or modern award?

4) In the past 24-month period, has your organisation complied


with its obligations under Commonwealth workplace relations
legislation?

5) In the past 24-month period, has your organisation made the


following payments relating to minimum wages and
employment conditions?
• wages including penalty rates, overtime and casual
rates;
• allowances;
• annual leave;
• long service leave;
• superannuation;
• workers compensation insurance;
• other lawful payments where they are specified in a
modern award or enterprise agreement, for example,
payments made to redundancy funds.
6) In the last 24-month period, has your organisation been
subject to:
• any findings against it by a court or tribunal regarding
breach of an industrial instrument, including a breach of
a non-confidential consent order?
• any current proceedings in respect of a breach of an
industrial instrument?
E. Management of subcontractors Yes No

1) Does your organisation have in place policies and procedures


to ensure that relevant contractual documentation,
arrangements or agreements that require subcontractors to
comply with their legal obligations?

Request for Tender – March 2023 Page 35 of 40


BEVERI DGE FIRE STA TI ON
Statement of Non-Compliance
If you have answered no to any of the above questions (or yes to part D6)), please provide a detailed
explanation of the extent of non-compliance for each question below.

Criteria

Request for Tender – March 2023 Page 36 of 40


BEVERI DGE FIRE STA TI ON
Schedule 8.2: Declaration of Compliance with Industrial Relations
Management Criteria

Legal name of
organisation:
(the tender
participant)
ABN / ACN:

Authorised
Representative (name)*:
(the Authorised
Authorised Representative)
Representative (title)*:

I, the Authorised Representative of the tender participant, declare that the tender participant will
comply with the Industrial Relations Management Criteria.

I acknowledge that all the information provided by or on behalf of the tender participant as part of the
pre-qualification or tender process is current, accurate and provided in good faith. I acknowledge that
those applying the Industrial Relations Management Criteria Self-Assessment Checklist may rely
on the information and hereby indemnify the Victorian Government for any costs or liabilities incurred
from or associated with use of the information.

I acknowledge that the Victorian Government may further assess the tender participants compliance
with the Industrial Relations Management Criteria and may require the tender participant to provide
documentary evidence to assist in such further assessment.

If the tender participant has not complied with their legal obligations in the past 24-months, and
remedial measures have been implemented to address the non-compliance, I will attach evidence to
this declaration to demonstrate the strategies put in place to rectify the non-compliance.

Signature of authorised representative:

................................................................................................................................

Name of authorised representative:

.................................................................................................................................

Dated: ………. /……. /………….


* The authorised representative must be nominated and must have the authority to complete
the declaration and answer questions.

Request for Tender – March 2023 Page 37 of 40


BEVERI DGE FIRE STA TI ON
Schedule 9: Conflicts of Interest Statement
To satisfy the minimum acceptable requirement the tenderer must complete, sign and date the form.

I / We acknowledge that potential areas of conflict include, but are not limited to personal associations,
business relationships with any CFA department or employees either current or previous, recent
meetings with CFA department personnel, or any vested interest in the outcome of the RFT process.

As such I / We declare that we have not been supplied with any information, knowledge or
documentation other than that as officially supplied in writing by duly authorised CFA personnel of the
Business Services Support Group for the purposes of this RFT. Consequently, the Registrant warrants
that: -

(Please and complete either (a) or (b) below as applicable)

Either:
(a) They have satisfied themselves that no relationships exist between themselves and CFA
that would be considered to constitute a conflict of interest.
Or:
(b) Have identified the following relationships that might be considered as actual or potential
conflicts of interest (include a statement of the relationships below):

Tenderer’s Signature:

Project: Beveridge Fire Station

Name:

Position:

Signature:

Date: Dated this …………… day of ……………….……2023.

Request for Tender – March 2023 Page 38 of 40


BEVERI DGE FIRE STA TI ON
Schedule 10: Statutory Declaration
To satisfy the minimum acceptable requirement the tenderer must complete, sign and date the
declaration; and have it appropriately witnessed.

STATE OF VICTORIA

STATUTORY DECLARATION

do solemnly and sincerely declare that:-

Definitions
1. In this statutory declaration -

"The Client" means the COUNTRY FIRE AUTHORITY (CFA);

"The Tenderer" means (details of tendering corporation as appropriate);

"Project" means; Construction of the BEVERIDGE Fire Station at 354


Lithgow Street BEVERIDGE VIC 3753.

"Tender price" means the amount indicated by a tenderer as being the lowest amount
for which that tenderer is prepared to complete the Project;

"Industry Association" means any organisation of buildings or construction contractors and


includes the Master Builders' Association of Victoria and the Australian
Federation of Construction Contractors.

Preamble
2. I hold the position of (Managing Director or other title) ..............................................................
of the Tenderer and am duly authorised by the Tenderer to make this declaration on its behalf.
3. I make this declaration on behalf of the Tenderer and on behalf of myself

Collusive Tendering
4. Prior to the Tenderer submitting its tender for the Project, neither the Tenderer nor any of its
servants or agents had knowledge of the tender price or proposed tender price for the Project
of any other tenderer who submitted, or of any other person or organisation proposing to submit,
a tender for the Project.
5. Prior to the close of tenders, neither the Tenderer nor any of its servants or agents disclosed
the Tenderer's tender price for the Project to any other tenderer who submitted a tender for the
Project, to any other person or organisation proposing to submit a tender for the Project, or to
any other person or organisation connected with such a tenderer, person or organisation.

Request for Tender – March 2023 Page 39 of 40


BEVERI DGE FIRE STA TI ON

Cover Bidding
6. Neither the Tenderer nor any of its servants or agents has provided information to any other
tenderer who submitted a tender for the Project, to any other person or organisation proposing
to submit a tender for the Project, or to any other person or organisation for the purpose of
assisting in the preparation of a tender for the Project, being a tender known in the building and
construction industry as a "cover bid", where the Tenderer was of the belief that the person or
organisation proposing to submit the tender did not intend to genuinely compete for the contract.
7. The Tenderer is genuinely competing for the contract for the Project and its tender is not a
"cover bid".

Industry Association Agreements


8. Neither the Tenderer nor any of its servants or agents has entered into any contract, agreement,
arrangement or understanding, other than as disclosed to the Client, that the successful
tenderer for the Project would pay any money to, or would provide any other benefit or other
financial advantage to, an Industry Association in respect of the Project.

Unsuccessful Tenderers' Fees


9. Neither the Tenderer nor any of its servants or agents has entered into any contract, agreement,
arrangement or understanding that the successful tenderer for the Project would pay any
money, or would provide any other benefit or other financial advantage, to or for the benefit of
any other tenderer who unsuccessfully tendered for the Project.

Qualifications to Tenders
10. Neither the Tenderer nor any of its servants or agents has entered into any contract, agreement,
arrangement or understanding that tenderers for the Project would include an identical or similar
condition or conditions in their tenders.

And I make this solemn declaration conscientiously believing that it is true and correct and is made in
the belief that a person making a false declaration is liable to the penalties of perjury.

(Signature of person making declaration)

Declared at

the day of 2023

Before me

(Signature, Title, Name and Address of person before whom the


declaration is made)

Request for Tender – March 2023 Page 40 of 40

You might also like