To access this element change to forms mode OFF
Closed ATM View - FMC/101
Request for Tender for the Replacement of Back Office Systems
:
FMC/101
:
Federal Circuit Court of Australia
:
43000000 - Information Technology Broadcasting and Telecommunications
:
:
11-Jan-2008
:
NSW
Sydney
Sydney
:
Request for Tender
:
The Back Office Systems encompass the functionality of:
• Finance
• Human Resources
• Payroll
• Asset Management
• Travel/Accommodation Management
• Timesheet and Leave Management
• Finance
• Human Resources
• Payroll
• Asset Management
• Travel/Accommodation Management
• Timesheet and Leave Management
:
The first stage of the tender is an initial registration and screening.
The second stage is a detailed evaluation of the tenders.
Value for money is the comprehensive assessment that takes into account the total price, the value represented by the technical assessment and the context of the risk profile presented by each Tender.
Following the detailed evaluation activities, a value for money assessment will be performed and Tenders will be ranked accordingly. During this assessment:
(a) FMC may, at its discretion, determine a short-list of Tenders. Tenders that are not short-listed Tenders may be excluded from further consideration; and
(b) FMC may request Respondents to
• provide presentations or undertake interviews;
• provide a best and final offer;
• contact referees; or
• undertake clarification to assist in the assessment of Tenders.
The second stage is a detailed evaluation of the tenders.
Value for money is the comprehensive assessment that takes into account the total price, the value represented by the technical assessment and the context of the risk profile presented by each Tender.
Following the detailed evaluation activities, a value for money assessment will be performed and Tenders will be ranked accordingly. During this assessment:
(a) FMC may, at its discretion, determine a short-list of Tenders. Tenders that are not short-listed Tenders may be excluded from further consideration; and
(b) FMC may request Respondents to
• provide presentations or undertake interviews;
• provide a best and final offer;
• contact referees; or
• undertake clarification to assist in the assessment of Tenders.
:
FMC will exclude a Tender from further consideration if FMC considers that the Respondent does not comply with the following condition(s):
(a) The Respondent and subcontractors must not be bankrupt or insolvent;
(b) The Respondent and its subcontractors must not be named as not complying with the Equal Opportunity for Women in the Workplace Act 1999. (For Australian companies only.)
(c) The Respondent and its subcontractors must not be named on the list of persons and entities designated as terrorists under the Charter of United Nations (Anti-Terrorism Measures) Regulations 2001.
(d) The Respondent and its subcontractors must not engage illegal workers;
(e) The Respondent must comply with the minimum stated Respondent validity period (clause 2.7)
(f) The Respondent must state any circumstances or relationships which constitute or may constitute a conflict or potential conflict of interest in relation to this RFT or the Service Provider’s obligations under any contract resulting from this RFT;
(g) The Respondent must state it has not made any false or misleading claims or statements, obtained confidential information, received improper assistance, or engaged in collusive tendering, anti-competitive conduct or other similar conduct with any other Respondent or other person in relation to the preparation or lodgement of tenders.
(h) Respondents must have the following levels of insurance and indemnity coverage in place on a ‘per claim’ basis for this project at time of submitting a Tender:
1. Workers Compensation to an amount required by law,
2. Public Liability - $10,000,000 per claim;
3. Product Liability - $10,000,000 per claim, and
4. Professional Indemnity - $5,000,000 per claim.
(a) The Respondent and subcontractors must not be bankrupt or insolvent;
(b) The Respondent and its subcontractors must not be named as not complying with the Equal Opportunity for Women in the Workplace Act 1999. (For Australian companies only.)
(c) The Respondent and its subcontractors must not be named on the list of persons and entities designated as terrorists under the Charter of United Nations (Anti-Terrorism Measures) Regulations 2001.
(d) The Respondent and its subcontractors must not engage illegal workers;
(e) The Respondent must comply with the minimum stated Respondent validity period (clause 2.7)
(f) The Respondent must state any circumstances or relationships which constitute or may constitute a conflict or potential conflict of interest in relation to this RFT or the Service Provider’s obligations under any contract resulting from this RFT;
(g) The Respondent must state it has not made any false or misleading claims or statements, obtained confidential information, received improper assistance, or engaged in collusive tendering, anti-competitive conduct or other similar conduct with any other Respondent or other person in relation to the preparation or lodgement of tenders.
(h) Respondents must have the following levels of insurance and indemnity coverage in place on a ‘per claim’ basis for this project at time of submitting a Tender:
1. Workers Compensation to an amount required by law,
2. Public Liability - $10,000,000 per claim;
3. Product Liability - $10,000,000 per claim, and
4. Professional Indemnity - $5,000,000 per claim.
:
Go-live date 01/07/08
:
Federal Magistrates Court of Australia
Level 6
305 William Street
Melbourne VIC 3000