To access this element change to forms mode OFF

Closed ATM View - TA16150/2019

Public Relations Services Japan

Contact Details

Nadia Barletta

:
+ 61 2 9360 1111

:

:
TA16150/2019
:
Tourism Australia
:
80141602 - Public relation services
:
23-Apr-2019 2:00 pm (ACT Local Time)
Show close time for other time zones
:
26-Mar-2019
:
Overseas
Sydney
:
Request for Tender

:
No
:
No
:
No

:

The Service Provider will be responsible for developing and delivering an annual public relations program.  A summary of the scope of requirements are as follows, and provided in more detail in the RFT document:

a)      Strategic PR Programs

b)      Media Relations and Publicity

c)       Content and Editorial

d)      Hosting Programs

e)      Influencer Programs

f)        Social Media

g)      Brand and Reputation Management

 

 

 

 

 

 

:

Conditions for Participation are the minimum mandatory conditions that Respondents must meet in order for their RFQ response to be considered by Tourism Australia. 

Respondents must satisfy the following Conditions for Participation, to the extent that they apply in your jurisdiction

 

 

Item:

Condition:

1

Acknowledgment of RFT Process

Having read the Request for Tender documentation, the Tenderer must acknowledge its understanding and acceptance of the RFT process. That process includes the timetable and summary of requirements in Part A, the conditions and process for submission by the tenderer in Part B including the requirements to familiarise themselves with each of the conditions and applicable Commonwealth policy requirements set out in Part B, the basis of evaluation of the tender submitted in Part C, the additional requirements to be met as set out in Part D and the conditions for participation in Part E

2

Standing offer

The terms of supply on which the Tenderer’s submission is provided to Tourism Australia in this document will remain consistently the same for at least 120 days from the Closing Time specified in Part A.

3

Financial Solvency Checks

The Tenderer should be financially solvent (and in the case of individuals) should not be bankrupt.

4

Employee Entitlements and work health and safety

The Tenderer must not have had a judicial decision made against them relating to employee entitlements and of which they are not satisfying any resulting order from that decision. The Tenderer must also not have had a decision made against them pursuant to the Work Health and Safety Act 2011 and of which they are not satisfying any resulting order regarding failure to protect health and safety of its workers.

Tenderers are required to confirm that they have no such unsettled orders currently against them by signing the declaration contained in any response documents. 

Tenderers must indicate a willingness to comply with health and safety legislation generally, as amended from time to time, including agreeing to comply with any applicable work health and safety law, policy, program or procedure that Tourism Australia may inform the Tenderer.

5

Entities listed as terrorists or subject to sanctions

 

The Tenderer and any subcontractor entity must not be on the Consolidated List of persons and entities maintained by the Department of Foreign Affairs and Trade. These are persons or entities that are subject to both targeted financial sanctions imposed by the United Nations Security Council (UNSC) Resolution 1373 (2001)  under the Charter of the United Nations Act 1945 and Australian autonomous sanctions including travel bans as implemented under the Autonomous Sanctions Act 2011.  The ‘Consolidated List’ can be found at www.dfat.gov.au. Tourism Australia will not enter into a contract with a person or organisation on this list. 

 

The Tenderer and any subcontractor entity must not be listed as a terrorist group or organisation.   Please also note that Tourism Australia will not enter into a contract with a person or organisation listed as a terrorist group or organisation pursuant to the Criminal Code Act 1995.  The ‘Listing of Terrorist Organisations’ can be found at the Australian Government’s National Security website   www.nationalsecurity.gov.au.

6

 

Public Disclosure Requirements and right of Audit

All Tenderers must be agreeable to the public disclosure requirements of the Commonwealth allowing Tourism Australia with the right to disclose details about the procurement process (including the names of the Tenderer and the subcontractors) and the right of the Auditor General to access and audit the Tenderer’s information, documents and records including that of their subcontractor entities. 

The responses provided by the Tenderer must indicate their acknowledgement and agreement to comply with these requirements as well as indicate that their subcontractors are aware and also willing to comply.  information, documents and records including that of their subcontractor entities. 

7

Fraud and Corruption

The Tenderer must indicate a willingness to co-operate with Tourism Australia’s public accountability requirements under the Public Governance, Performance and Accountability (PGPA) Act 2013.  Tourism Australia is committed to minimising the likelihood and impact of any conduct that may be in breach of this Act.. 

 

This means that the Tenderer must indicate their acknowledgement and willingness (and to indicate their subcontractors are willing) to adhere to Tourism Australia’s Fraud and Corruption Policy, its Code of Conduct and its Public Interest Disclosure policy (documents that should be made accessible).


8

Prior Contract deficiencies

If there has been a significant deficiency in the Tenderer's performance of a substantive requirement or obligation under a prior contract with Tourism Australia (and of which was not resolved or amended by the Tenderer) then the Tenderer should potentially be excluded from this process.

9

False declarations

If it becomes apparent during the tendering process that the Tenderer’s response documentation contains a false declaration then the Tenderer should be excluded.

10

Conflict of Interests

That no conflict of interest exists, or is likely to arise, or that would be perceived to have arisen, which would affect the performance of the tenderer’s obligations if they were to enter into a contract with Tourism Australia.

11

Insurances

The Respondent must have the following insurances at the commencement of any ensuing contract, and provide details as required under item 3, of Schedule 1, RFT Response Schedule:

 

·         Public Liability Insurance: Minimum AUD $10mil for each occurrence

·         Professional Indemnity Insurance: Minimum AUD $10mil for each occurrence

 

12

Working with direct competitors of Australia

The tenderer and its subcontractors must not work for any National Tourism Organisation that is a direct regional competitor of Australia This includes New Zealand, United Kingdom, Canada, Europe (Finland, Norway, Switzerland, Italy, France), Singapore, South Africa, Japan, Thailand and the United States of America.

 

 

13

Working with Australian State Tourism Offices

 

Tenderers must notify Tourism Australia within 2 days of receipt of RFT with details of any Australian State Tourism Office (“STO”) to whom it provides PR Services in market to enable Tourism Australia to assess the impact this may have on its commercial activities, brand image, competitive advantage and potential risks of conflicts of interests arising.

 

In the event that Tourism Australia considers the provision of services to itself and another STO to affect its best interests or render a conflict of interest, the Respondent shall be excluded from further consideration in the RFT process.

 

:

The proposed contract term is for an initial term of 24 months, commencing on 1 August 2019 to 30 July 2021.

The contract will provide for an option to extend the term for a further 12 months, commencing on 1 August 2021 to 30 July 2022.  There is no guarantee or representation that options will be exercised.

 

:
AusTender at: www.tenders.gov.au in accordance with the instructions provided in the RFT documentation

Contact Details

Nadia Barletta

: + 61 2 9360 1111

: