To access this element change to forms mode OFF

Closed ATM View - DFAT-212

Management of the Transport Sector Support Program (TSSP) Phase 2

Contact Details

Contracts Officer

:
6178 4000

:

:
DFAT-212
:
Department of Foreign Affairs and Trade - Australian Aid Program
:
78140000 - Transport operations
:
1-Feb-2018 2:00 pm (ACT Local Time)
Show close time for other time zones
:
6-Dec-2017
:
Overseas
:
Request for Tender

APP Reference:
DFAT-212
:
No
:
No
:
No

:

The PNG-Australia Transport Sector Support Program (TSSP) commenced in 2007 as a 15-20 year commitment by the Government of Australia (GoA) to support the Government of PNG’s (GoPNG) transport sector. TSSP Phase 1 ran from 2007-2014 (including transition phase). Phase 2 commenced on 1 December 2014. The current contract will finish on 31 May 2018.

TSSP delivers a rolling program of projects agreed between the Australian government and the Government of PNG to improve efficiency, safety and security of transport. TSSP facilitates economic growth and poverty reduction.

 

:

 

Mandatory Conditions for Participation:

1.1                            The Tenderer agrees to contract as a single legal entity.

(a)               If a Tenderer is an unincorporated association and is selected as the Preferred Tenderer, the Tenderer must incorporate prior to entry into contract.

(b)               If your tender involves more than one organisation, you must in your response to the evaluation criteria and within the page limit, clearly describe what each organisation will specifically be responsible for, and nominate an overall lead entity which if selected as the Preferred Tenderer will be the single legal entity that DFAT contracts with.

i)              At a minimum, as Annex 1 to Tenderer Response Schedule 1, Tenderers must provide any required Letters of Association. Each company represented in a tender must provide an up to one (1) page letter of association addressed to the lead tenderer. The letter should clearly outline the proposed role of the company in the delivery of the Services, and specify any activities they will be leading.  If a letter is not provided, DFAT will delete all references to that organisation before the tender is evaluated. The letter must provide an assurance to DFAT from an authorised representative of the company of the company’s corporate commitment to and involvement in the provision of the Services.

ii)            Tenderer associates who are approved by DFAT to undertake identified parts of the Services will be specified in any resultant contract with the Tenderer.

1.1                            Tenders must be written in English and all measurements must be expressed in Australian legal units of measurement.

1.2                            Tenders must contain substantially completed Tenderer Response Schedules 1 – 3 in accordance with the instructions in Part 1 of the RFT.

1.3                            The Tenderer and any subcontractors proposed must not be named as not complying with the Workplace Gender Equality Act 2012(Cth) (WGE Act). For the purposes of the WGE Act, the Tenderer must identify whether it is a Relevant Employer under the WGE Act and if it is the Tenderer must provide DFAT with a copy of its current letter of compliance with the WGE Act.

1.4                            The Tenderer (and any of its proposed subcontractors) must not be subject to an adverse Court or Tribunal decision or Order (not including decisions under appeal) for a breach of workplace relations law, work health and safety law, or workers’ compensation law, or if the Tenderer is so subject, that the Tenderer has fully complied, or is fully complying with the Court or Tribunal decision or Order.

1.5                            The Tenderer (and any of its proposed subcontractors) must not be listed on the World Bank List or a Relevant List or be the subject of an informal investigation or temporary suspension which could lead to the Tenderer becoming so listed. A Tenderer must immediately notify DFAT if it becomes listed, investigated or suspended by the World Bank or any development donor prior to the award of contract

1.6                            Tenderers must notify DFAT as soon as practicable after becoming aware of an actual or potential Conflict of Interest in connection with the submission of the Tender or the provision of the  Services described in this RFT, or at any time prior to receiving notification of the award of a Contract or the termination of this RFT process. If the Tenderer has or may have an actual or potential Conflict of Interest, DFAT may, at its discretion:

(a)          exclude the Tender from further consideration;

(b)           enter into discussions to seek to resolve the conflict of interest; or

(c)            take any other action it considers appropriate.

1.7                            Not Used

1.8                            Subject to Clause 2 (Non-Conformity - Unintentional Errors of Form) in this Part 2, any failure by a Tenderer to meet the mandatory requirements of the RFT may result in that Tender being excluded from further evaluation.

 

1.9                   Tenderer Response Schedules:

(a)          Tenderers should not provide any pages additional to the page limit – additional pages will be deleted and not evaluated;

(b)         Tenderers should not provide additional material of any kind such as brochures, letters, summaries, photographs or promotional material – such material will be deleted and not evaluated; and

(c)          Tenderers that include additional pages or material, or submit material that is not readable, may be considered non-conforming and as such the entire tender will not be evaluated.

 

:

Two years plus 2 x 1 year options

:
www.tenders.gov.au

Contact Details

Contracts Officer

: 6178 4000

: