_REQUEST FOR - Tripod



[pic]

REQUEST FOR TENDER

TENDER NO. 07/02

REPLACEMENT OF FLOOR COVERING, WINDOW GLAZING AND SEAT COVERINGS IN UP TO 10, 3100 CLASS RAILCARS

Issue Date: 19 November 2001

Closing Date: 14 December 2001

DOCUMENTS included in this tender:

1. Procedural, Contractual and Technical matters

2. Part A - Conditions of Tendering

3. Part B - Tender Specification

4. Part C - Conditions of Contract

- annexure to conditions of contract

- TransAdelaide Code for Contractors

5. Part D - Tenderers Response

Procedural, Contractual and Technical Matters

For further information on:

(i) Contractual matters, e.g. Conditions of Tendering or Conditions of Contract, please contact;

Ian Maxfield

Contracts & Procurement Manager

TransAdelaide

GPO Box 2351

ADELAIDE SA 5001

Phone: (08) 8218 2276

Fax: (08) 8218 2206

(ii) Technical matters, e.g. Tender Specification, Work Procedures or Codes of Practice, please contact;

Dean Phillips

Manager, Rail Fleet

TransAdelaide RailCar Depot

North Tce

ADELAIDE SA 5000

Phone: (08) 8218 2630

Fax : (08) 8218 2316

[pic]

PART A

TENDER NO. 07/02

CONDITIONS OF TENDERING

Part A - Conditions of Tendering

Table of contents

Section Description Page No.

1 Interpretation 3

2 Tender Documents 3

3 Method of Lodgement 3, 4

4 Time for Lodgement 4

5 Late Tenders 4, 5

6 Format of Tender 5

7 Content of Tender 5, 6, 7

8 Statement of compliance 7, 8

9 Alternative Function and Performance Tender 8, 9

10 Incomplete Tenders 9

11 Preparation of Tenders 9

12 Validity 9

13 Confidentiality 9

14 Evaluation and Selection of Contractor 9

15 Reservation 9

16 Right to Negotiate 9

17 Unauthorised Communication 9

18 Buy Australian made Policy 10

19 Government Procurement Agreement 10

20 Offsets Policy 10, 11

21 Sanctions and Foreign Sources 11

22 Recycled Material 11

23 Occupational Health, Safety and Welfare Act 11

24 Impartiality of Specifications 11

25 Freedom of Information 11

26 Formation of Contract 12

27 Construction Industry Training Levy 12

28 Upskill SA Requirements 12, 13

Annexure A - Evaluation Criteria 14

1. INTERPRETATION

In these Conditions of Tendering, unless a contrary intention is apparent -

“Conditions of Contract” means the Conditions of Contract designated in this Request for Tender.

“TransAdelaide” means TransAdelaide, a body corporate pursuant to the TransAdelaide (Corporate Structure) Act, 1998.

“Goods” means the goods and/or services specified in the Specification.

“Request for Tender” means the document inviting Contractors to offer to meet TransAdelaide's requirements by submitting a tender in accordance with the manner prescribed in the document.

“Specification” means the Specification designated in this Request for Tender.

“Contractor” means the firm or individual with whom TransAdelaide enters into a contract to supply goods and associated services.

“Statement of Compliance” means the Statement of Compliance referred to in clause 8 of these Conditions of Tendering.

“Tenderer” means a firm or individual offering to supply goods and/or services.

“Manufacturer” means a firm or individual who produces the Goods either from raw materials produced in-house and/or from raw materials and/or semi finished materials supplied from other sources.

“Subcontractor” means a firm or individual who manufacturers products which may be used without modification in the Goods or which may be modified by the Manufacturer to produce the Goods.

“Reseller, Trader or Importer” means a firm or individual who does not materially alter the Goods after manufacture and before supply to TransAdelaide and is not an agent of the Manufacturer.

“Agent” means a firm or individual who acts on behalf of a Manufacturer and whose liabilities will be met by the Manufacturer and who does not materially alter the Goods and after manufacture and before supply to TransAdelaide.

“Principal” refer to the General Manager of TransAdelaide.

“Superintendent” refers to the TransAdelaide employee who is managing the contract.

2. TENDER DOCUMENTS

2.1 The tender shall contain the documents, information and details required by the Request for Tender.

2.2 The Tenderer shall submit its tender, including Part D - Tenderer Response forms completely filled in and signed, together with any drawings and other documents necessary to make the tender complete.

2.3 The Tenderer licenses TransAdelaide to reproduce the whole or any portion of the tender documents notwithstanding any copyright or other intellectual right that may subsist in those documents.

3. Method of Lodgement

3.1 The original and duplicate of the tender MUST be enclosed in an envelope and endorsed with the title and number of the Request for Tender.

3.2 The tender shall be lodged in either one of the following:

(a) The Tender Box: TransAdelaide

Administration

Adelaide Railway Station

North Tce Adelaide SA

(b) By Mail: Tender Box

TransAdelaide

GPO BOX 2351

ADELAIDE SA 5001

(c) By Fax: Fax: (08) 8218 2206, Marked Tender Box

3.3 Any additional information offered after the closing date MUST be submitted in writing and addressed to the Contracts and Procurement Manager.

4. TIME FOR LODGEMENT

Tenders shall be either:

4.1 Placed in the Tender Box before 3.00 pm on the closing day; or

4.2 Posted so that it bears a Post Office postmark indicating that in the ordinary course of postal deliveries the tender was posted sufficiently early to reach the above address not later than 3.00 pm on the closing day; or

4.3 TransAdelaide reserves the right to reject late tenders.

5. LATE TENDERS

5.1 Receipt of Late Tenders.

Tenders received late shall be recorded as such, with the time and date of receipt on the envelope.

5.2 Tenders Sent Through Australia Post

Tenders forwarded by mail or courier service and received after closing time will be considered only when the Tenderer provide explicit and conclusive evidence that the documents were despatched in sufficient time to reach the Tender Box before the specified closing time.

“Despatched in sufficient time” means:

(a) Via Australia Post

In the Adelaide Metropolitan Area - posted not less than 24 hours prior to the time and date specified as the closing date.

From Other Areas within Australia - posted not less than 48 hours prior to the time and date specified as the closing date.

(b) Via Courier Services

Lodged with a courier service in such time that the tender could have been delivered by the courier service in accordance with its then published time for acceptance in the place of lodgement and subsequent delivery to premises in the city of Adelaide.

It should be noted that in deciding whether a tender is late, a franking impression is not acceptable.

Similarly, evidence of transmission through internal company channels or other unscheduled services is not acceptable.

Tenders should be advised that it is in their interest that the specialised services of Australia Post be used when submitting tenders by post.

Where a tender is sent by post the envelope containing the tender should always be lodged at a post office counter. The counter officer at the post office should be requested to indicate on the article both the time and date of posting together with the officer's initials.

Tenders received in the form of letter only or facsimile must be received no later than the specified closing date and time. Tenders submitted by these means must include details of total price offered or relevant rates where it is not feasible to calculate total price. Any such offer which is not confirmed by the receipt of the Tender Form and supporting documents within 7 working days of the closing date and time will be treated as a late tender.

Tenders are to be considered when there is explicit and conclusive evidence that late receipt resulted from mishandling within TransAdelaide.

6. FORMAT OF TENDER

The tender shall be prepared in accordance with the following requirements:

6.1 The tender must be in English.

6.2 The Tenderer shall include the full given names, surname and address of the Tenderer (if a person) and when the tender is in the name of a partnership the names and addresses of each member of the partnership. When the tender is by a company, the name of the company and the address of the registered office of the company and the Australian Business Number of the company shall be included.

6.3 The Tenderer must indicate whether it is solely an Importer, Reseller, Agent or Manufacturer in respect to the Goods. The Tenderer must state who is the Manufacturer and the address of the factory. Where the Tenderer is an Agent, a copy of a written authority to act as Agent must be included with the tender documents.

7. CONTENT OF TENDER

7.1 Price

The tender price shall be in Australian currency or any other foreign currency approved by TransAdelaide. All components of the tendered price shall be detailed. This shall include components such as Customs Duty, Freight, Federal Excises and any other charges.

The tender price must include the Goods and Services Tax (GST).

7.2 Price Variation

The Tenderer shall state whether tender prices are firm or variable. When variable prices are offered, the Tenderer must state the variable elements of the tender prices and the basis of the tender prices and the basis upon which any variations to the tender prices will be made.

If the tender price varies because of the exchange rate, Tenderers must specify the Base Foreign Exchange rate and the proportion of the price to which it applies.

7.3 Settlement Discount

The Tenderer shall state any settlement discount offered.

7.4 Customs Duties

Where customs Duties are applicable, the valuations for the rates of duty shall be stated correctly as at the Reference Date and shall be in accordance with the GATT Agreement on customs valuation.

7.5 Retrospective Reductions in Customs Duties

Where the tender price for the Goods includes Customs Duties applicable at the Reference Date, any subsequent reduction in the Customs Duties, having retrospective application, shall be available to TransAdelaide unless prior written agreement has been made between TransAdelaide and the Tenderer.

Circumstances where retrospective reductions in Customs Duties occur very greatly but can include the following.

(a) phasing duty rates.

(b) granting of Commercial Tariff Concession Orders.

(c) special Concessional Entry approvals

(d) changes in Government tariff policies, and

(e) general tariff reductions.

7.6 TransAdelaide's Customs Broker and Forwarding Agent

TransAdelaide Customs Broker and Forwarding Agent is TNT Express World Wide (Aust) Pty Ltd, 2 Hamra Drive, Export Park. Telephone (08) 82344400, Facsimile (08) 82344644.

TransAdelaide prefers that Contractors use TransAdelaide's customs Broker and Forwarding Agent.

7.7 Dangerous Goods

The Tenderer shall state if the Goods are dangerous goods or substances for the purposes of the Australian Code for The Transport of Dangerous Goods by Road and Rail or the Dangerous Substances Act and if so specify the relevant category of the Goods.

7.8 Commercial Tariff Concession Order

The Tenderer shall state any commercial Tariff Concession Order reference numbers applicable to imported Goods. A rate of duty under a Commercial Tariff Concession Order shall not be stated as being applicable unless the imported item is actually admissible under an existing Commercial Tariff Concession Order at the Reference Date.

7.9 Origin of items

Tenderers shall state the country of origin of each item for which they tender. If of Australian manufacturer, the State in which the item is made is to be stated. The value of the imported/Australian portions, expressed as a percentage of the tender price, shall be shown. Goods with imported content costs, or charges such as duty, freight and insurance, customs and clearing charges incorporated in the tender price, should be included in the imported content. Costs or charges such as warehousing, distribution, assembly, administration etc incurred in Australia should be included as Australian component of profit. Refer clause 19 - Government Procurement Agreement.

7.10 Quality Assurance (QA)

(a) Tenderers should note that TransAdelaide requires the Contractor and Manufacturer to assure the quality of Goods or service supplied by ensuring there is effective and continuous monitoring of quality of all manufacturing processes which affect the quality and acceptability of the Goods or service supplied. This also applies to any Sub-contractor whose product or materials are not further modified in the manufacturing process. Preference may be given to Contractors/Manufacturers who have QA systems complying with the nominated QA Standard but TransAdelaide reserves the right to vary this when a Manufacturer without a formal QA System has a known acceptable performance and can demonstrate a suitable system is in place.

(b) Where Tenderers are Agents, Importers, Traders or Resellers they must state their organisation's Quality Assurance standard and the current QA status of the proposed Manufacturer (and Subcontractor/s ) with respect to the Goods specified in the Specification. The tender must include a reference to any recent third party assessments or audits carried out on the proposed Manufacturer (and Subcontractor/s). The name of the third party organisation and the date of assessment shall be provided in the tender.

(c) Manufacturers and Subcontractors shall be nominated in the tender.

(d) QA systems are site and product specific. Where a manufacturing base does not correspond with the source of a tender then that manufacturing base is to be considered as a Manufacturer even if both sources are part of the Tenderer's organisation.

(e) TransAdelaide may arrange to carry out a QA audit on the proposed Manufacturer.

(f) Tenderers may be required to submit a copy or summary of the QA manual of any proposed Manufacturer and/or Subcontractor.

(g) TransAdelaide reserves the right to consider only those tenders where the proposed Manufacturer (and Subcontractor/s) conforms to the requirements of clause 7.10 (a) above.

(h) Tenderers with a formal QA system shall name the person appointed to be responsible for ensuring the QA requirements are met. Where the Tenderer is not the Manufacturer then the name of the Manufacturer's QA representative shall also be provided.

7.11 Tenderers may be required to provide a copy of the last 3 years' Annual Reports.

7.12 Subcontractors

Where a Tenderer proposes to sub-let to a Subcontractor any work or the supply of any Goods referred to in this Request for Tender, the Tenderer must state the name and address of any Sub-contractor and the extent of the work to be carried out and/or the quantity of Goods to be supplied by the Sub-contractor.

8. STATEMENT OF COMPLIANCE

Tenderers shall provide responses to each clause of the Conditions of Contract and the Specification which must be limited wherever possible to the following:

8.1 Complies

This means:

(a) In the case of a clause which is of an informative nature only, that the clause has been read and understood;

(b) In the case of a clause which imposes a contractual condition, that the condition is agreed to; and

(c) In the case of a clause which specifies a characteristic or performance standard to be met by the goods or services to be provided, that the offer is to provide the specified characteristics or standard. Where appropriate, the Tenderer should state or describe how the requirement is to be met.

8.2 Partially Complies

This means:

(a) In the case of a clause which imposes a contractual condition , the condition can only be met subject to certain qualifications. Those qualifications must be stated in full; and

(b) In the case of a clause which specifies a characteristic or performance standard, the condition can only be met subject to certain conditions. Where this is the case and the Tenderer is prepared to make good on the condition, characteristic or performance standard, the Tenderer shall state or describe the manner in which the non compliance is to be made good.

8.3 Does Not Comply

This means that the complete contractual condition, or characteristic or performance standard of the clause is not met by the offer. Full details of the non-compliance must be stated.

8.4 Significantly Exceeds Requirements

This means that the Tenderer's offer significantly exceeds the specified requirements.

Tenderers must state or describe in what way their offer exceeds the requirements as this may have some bearing on the evaluation of the offer.

8.5 Alternative

The system either does not require the feature due to inherent design or capability in the operation of the system or the system fully complies in a manner different to that described. In both cases a description must be provided. (Refer clause 9 - Alternative Functional and Performance Tender)

8.6 The tenderer must state clearly their compliance with each clause or condition. Indefinite responses such as “noted” are not acceptable as a statement of compliance.

8.7 Where there is no response to any clause or condition of the Request for Tender document, the Tenderer will be deemed not to comply with the stated requirement.

8.8 Where the Tenderer is unwilling to accept a specified condition, the non-acceptance must be clearly stated. Prominence must be given to the statement - it is not sufficient that the statement should only appear as part of an attachment to the tender, or be included in a general statement of the Tenderer's usual operating conditions.

8.9 Incomplete submissions may be disqualified or assessed solely on the data received with the tender.

8.10 All items, features, etc, specified in the document should be regarded as mandatory requirements unless explicitly identified otherwise.

9. ALTERNATIVE FUNCTIONAL AND PERFORMANCE TENDER

9.1 Tenderers are encouraged to offer options or solutions which in a novel or innovative way contribute to TransAdelaide's ability to carry out its business in a more cost-effective manner. These may be related to the functional, performance and technical aspects of the acquisition or opportunities for more advantageous commercial arrangements. If required, these matters will be considered commercial in confidence until the contract is awarded.

9.2 Where a Tenderer submits an offer which meets the specific functional and performance requirements in an alternative and practical manner, taking into account the totality of the requirement, it shall include any supplementary material, together with associated prices, which demonstrates in detail that such an alternative will fully achieve and/or exceed all the specified functional and performance requirements together with references to any additional features which may be advantageous.

9.3 The Tenderer may submit an alternative proposal provided that it is clearly identified as an “Alternative functional and Performance Tender” wherever it fails to comply with the specified requirements. (Refer clause 8.5).

9.4 TransAdelaide reserves the right to consider these offers on their merits and may not further consider them.

10. INCOMPLETE TENDERS

If the tender does not include all the information in the format required by the Request for Tender or is incomplete in any way it may not be considered.

11. PREPARATION OF TENDERS

TransAdelaide will neither be responsible for, nor pay for, any expense or loss which may be incurred by Tenderers in the preparation of their tenders.

12. VALIDITY

The validity period for the tender shall not be less than 90 days from closing date of the Request for Tender. Where TransAdelaide seeks an extension to the validity period, a request in writing will be forwarded to each Tenderer. Tenderers shall be required to respond in writing to extend the validity period or the validity of this tender will be treated as lapsed and no longer under consideration.

13. CONFIDENTIALITY

The Tenderer must keep confidential any information received from or about TransAdelaide as a result of or in connection with its submission of a tender.

14. EVALUATION OF SELECTION OF CONTRACTOR

Tenders will be assessed against the criteria detailed in Annexure A to these Conditions of Tendering.

15. RESERVATION

TransAdelaide does not bind itself to accept the lowest priced tender or any tender.

16. RIGHT TO NEGOTIATE

16.1 TransAdelaide reserves the right to negotiate with several Tenderers after the close of tenders. A tender may be accepted subject to the negotiation of a contract.

16.2 During the tender evaluation period TransAdelaide may negotiate with the Tenderer to vary the Tenderer's proposed configuration either on the grounds of technical capability, its cost and effectiveness, or matters relating to the combination of the tender with another part of the tender.

16.3 TransAdelaide reserves the right to accept a portion or the whole of any tender at the price or prices tendered unless the tender states specifically to the contrary.

17. UNAUTHORISED COMMUNICATION

Tenderers are required to direct all communications through the contact persons named in the tender documents, unless advised otherwise by the contact persons. Unauthorised communication with other TransAdelaide staff may lead to disqualification of the tender.

18. BUY AUSTRALIAN-MADE POLICY

The South Australian Government is committed to assisting the development of Australian and New Zealand Industry through its procurement practices. Government agencies, instrumentalities and statutory authorities are to make a conscious effort to provide every opportunity for Australian and New Zealand firms to bid.

The aim of the policy is to reduce the imported content of purchases and to encourage the development of Australian and new Zealand Industry.

19. GOVERNMENT PROCUREMENT AGREEMENT

Commonwealth, New Zealand and State Governments have abolished State preference and other procurement practices which discriminate between Contractors on the basis of State of Origin including New Zealand.

Australian industry receives preference over foreign Contractors in government procurement. Preference to Australian and New Zealand goods and related services is applied in the form of a surcharge on the imported content. Imported content is defined as “the estimated duty paid value, inclusive of value of any services, for example, overseas freight and insurance, consultancy or engineering effort, or any charges of overseas origin, together with Customs clearing charges”. A surcharge of 20% applies for tender assessment purposes to imported content from all other countries (except New Zealand).

Tenderers should indicate the country of origin for all goods and associated services for which they tender. If a composite product, the value in Australian currency of the portion of the non - Australian Content should be stated. If of Australian origin, the State in which the goods and associated services are made is to be stated.

The South Australian Industrial Supplies Office (SAISO) has been established to provide assistance in planning for purchasing and using Australian made products and services. The SAISO can provide professional advice on the availability and efficiency of local Contractors suited to Australian conditions while maintaining commercial confidentiality.

20. OFFSETS POLICY

The Government Offsets Program applies to all Contractors to TransAdelaide where the value of the goods and services to be supplied is $1 million dollars or more and the duty free imported content is thirty percent or greater.

The threshold values cover various contracts for goods and services, including;

(a) single order purchases;

(b) the sum of all orders placed under a period-type contract; and

(c) extensions to any contracts, irrespective of whether the contracts are arranged via public or selective Requests for Tenders.

Offsets may be sought where accumulated orders placed with a Contractor during any financial year (July 1 to June 30) exceed the above thresholds, irrespective of the number of contracts involved.

Where these dollar thresholds are met, Contractors may be required to enter into negotiations with the Minister of Business and Regional Development concerning offset obligations prior to awarding of the contract if required by the Minister. Contractors who have entered into Long Term Arrangement or Partnership for Development agreements with the Commonwealth Government are to provide advice to this effect.

Offsets will be sought to a level of not less than 30 percent of the duty free imported content of the contract(s). Imported content is defined as a free-on-board value of all goods and services of overseas origin (excluding New Zealand) incorporated in the goods.

Contractors shall provide the name(s) of the overseas Contractor(s) and the value of the imported content of the supplies, according to this definition, and make available, upon request to the Economic Development Authority, any documents necessary to substantiate this value.

Enquiries in regard to the current status of the South Australian Government Offset Program must be directed to the State Offsets Authority, Economic Development Authority, 5th Floor, 63 Pirie St, Adelaide 5000.

21. SANCTIONS AND FOREIGN SOURCES

TransAdelaide supports the Commonwealth government's sanctions against Iraq and Bosnian states. Tenderers are required to declare the origin of the Goods expected to be tendered and the extent, if any, of ownership of the company or involvement in the sourcing of the contract with respect to the aforementioned countries.

22. RECYCLED MATERIAL

Preference will be given to the purchase of products containing 50% or more of recycled material provided the product is fit for the purpose and is comparable in price to new material alternatives.

23. OCCUPATIONAL HEALTH, SAFETY AND WELFARE ACT.

For the purpose of tendering, if the provisions of the Occupational Health, Safety and Welfare Act (SA) 1986 apply to work on site, the amount (if any) allowed in the tender for the fees under this Act shall be based on the cost of erection at site.

24. IMPARTIALITY OF SPECIFICATIONS

Any Tenderer who believes the Specification associated with this Request for Tender to be discriminatory, restrictive or biased in favour of a specific product or service should inform the Contracts & Procurement Manager in writing or by facsimile (08) 8218 2206 as early as possible but in any event BEFORE the closing date of the Request for Tender.

25. FREEDOM OF INFORMATION ACT

The main objectives of the Freedom of Information Act is to extend as far as possible the rights of the public to obtain access of information held by Government. However, proprietary technical data, trade secrets and other information concerning the business, professional, commercial and financial affairs of a business which are contained in tenderers' submissions are exempt from the provisions of the Act. These matters will remain confidential and will not be released to anyone without the written permission of the tenderer who provided that information.

Other information about the purchase tender, for example, the evaluation methodology may be disclosed provided that the application is in writing and the prescribed fee is paid in advance.

26. FORMATION OF CONTRACT

The contract for the supply of TransAdelaide's requirements will be based on the Conditions of Contract and will come into existence by either the execution of a formal agreement or the issue of a purchase order not accompanied by a formal agreement.

All tenderers must comply with the ‘Code of Practice for the South Australian Building and Construction Industry’. Lodgement of a tender will be evidence of the tenderer’s agreement to comply with the Code for the duration of any resulting contract that may be awarded. If any tenderer fails to comply, the failure will be taken into account by the Government of South Australia and its agencies when considering this or any subsequent tender by the tenderer and may result in such tender being passed over and or a change in the status of the tenderer on any State Government register of consultants or contractors.

27. CONSTRUCTION INDUSTRY TRAINING LEVY

The Contractor shall comply with the Construction Industry Training Fund Act, 1993 and pay any levy imposed by that Act in respect of the Works. Prior to the commencement of the work under the Contract the Contractor shall provide written evidence to the Superintendent that the Contractor has either paid the above levy or been exempted from paying it under the Act. Failure to provide such written evidence may result in the Contractor being refused access to the Site and will entitle the Principal to withhold any payment due and payable under the Contract until such time as the Contractor has provided written evidence of payment of the levy.

Further information may be obtained from the Construction Industry Training Board, 81 Greenhill Road, Wayville SA 5034, Telephone (08) 8373-4744, Facsimile (08) 8373-2696.

28. UPSKILL SA REQUIREMENTS

28.1 Application of Upskill SA

Upskill SA may require this Contract to provide training opportunities and, in building and civil construction contracts, defines a Trainee as either:

(a) a person undertaking a course of instruction in a Declared Vocation being an occupation recognised by the Accreditation and Registration Council, or

b) a graduate, which is to include undergraduates, graduates and post graduates from a TAFE or University course, being inexperienced or recent graduates up to 3 years following graduation.

28.2 Contractor's Obligations

(1) The Contractor shall, during the Term of the Contract:

(a) procure the employment of such number of Trainees equivalent to no less than 10% of the total hours of labour employed on site under the Contract, as the Parties may agree in writing ("the prescribed number of trainees"),

(b) ensure that a person undertaking a declared vocation shall be employed on tasks relevant to their vocation.

(c) ensure that the Trainees receive, at all times, appropriate supervision and guidance relevant to the Trainee's vocation and in compliance with all relevant laws and industrial awards.

(d) ensure that no less than the Prescribed Number of Trainees remain employed at the Site or at an Alternative Site in compliance with the provision of sub-clause 28.1(a),

(2) The Contractor shall be deemed to have complied with the provisions of sub-clause 28.1 if:

(a) the Contractor satisfies the Principal, (providing such information or documentation as the Principal may require) that the Upskill SA Compliance binding on the Contractor herein is capable of being complied with at an alternative site; and

(b) the Trainees employed at such Alternative Site are either registered with the Accreditation and Registration Council or provided from an Industry Linked Graduate Program; and

(c) the Principal has notified the Contractor in writing that in the Principal's opinion the Contractor's Upskill SA Compliance under sub-clause 28.1 have been complied with for the purposes of the Contract.

28.3 Compliance During the Contract

If at any time during the Term of the Contract the Principal forms the reasonable opinion that the Contractor is able to conform with the requirements of the Upskill SA Compliance, but the Contractor has stated otherwise in the Upskill SA Compliance, then the Contractor shall, upon notice from the Principal to that effect carry out all of the Contractor's obligations at the Contractor's own cost in all things.

28.4 Sub-Contracting

The Contractor shall not be relieved of any of the Contractor's liabilities or obligations by entering into subcontracts and the Contractor shall be liable to the Principal for acts, defaults and neglects of any subcontractor as if they were the acts, defaults or neglects of the Contractor.

ANNEXURE A

EVALUATION CRITERIA

| | |

|CRITERIA |METHOD OF EVALUATION |

| | |

|1. TECHNICAL |Compliance to Specification |

| |Quality Assurance |

| |Capability/Capacity |

| |Past Performance (references) |

| | |

|2. COMMERCIAL |Compliance to Conditions of Contract |

| |Duration of the Work for each Component |

| |Financial Viability |

| |Cost Performance Previous Contracts (Variations) |

| | |

|3. FINANCIAL |Whole of Life Cost Analysis |

| |• Tendered Price |

| |• Freight charges |

| |• Risk and Insurance |

| |• Cost to meet QA |

| |• Commodity Movements |

| |• Price Variation |

| |• Foreign Exchange Hedging Costs |

| |• Overseas Content |

| |• Any other cost factors |

| |• Storage costs |

| |Warranty Period |

| |Liability |

| |Alternatives to Tender |

There is no requirements that an award of a contract be made to the Tenderer whose proposal receives the highest numerical rating. Such an approach undermines the need for vigorous justification by the valuators particularly when the lowest technically complying offer is not selected.

[pic]

PART B

TENDER NO. 07/02

TENDER SPECIFICATION

SPECIFICATION

1. SCOPE

This specification is for the supply and installation of replacement floor covering, window glazing, seat covering and associated items in up to 10, 3100 class diesel electric railcars. It is expected that all work will be completed by June 2002. All 10 railcars nominated will have floor coverings replaced whilst window glazing and seat cover replacement may have to extend beyond June 2002 due to availability of railcars, timing with other projects and workshop space availability.

The railcars to be effected by this tender are 3103, 3104, 3105, 3106, 3107, 3108, 3109, 3110, 3111 and 3112. It is the contractor’s responsibility to be informed as to the specific requirements for each railcar. Inspection of the railcars can be arranged as required,. Refer to Clause 11 of this Part.

The following details provide the scope of work for each element as it would apply to one railcar only.

FLOOR COVERING

Material is to be Altro D25 Safety Flooring, colour Midnight D25421

2.1 Remove seat cushions and backs from fibre glass frames and store.

2. Remove hand grips from fibre glass frames and send out to be safety yellow powder coated.

3. Remove fibre glass seat frames, drivers seat and miscellaneous fittings required to access existing floor covering for removal.

4. Remove Guards Compartment desk and seat and make repairs to internal end wall.

2.5 Remove existing carpet and Pirelli rubber floor covering, make good any damage to floor and sand smooth.

2.6 Lay Altro Safety Flooring using Altrofix 30 or similar Polyurethane Adhesive.

2.7 Refit fibre glass seat frames, hand grips, seat cushions and backs. The seat cushions and backs may have been reupholstered in a material different to the original. Refer to clause 4.

2.8 Refit drivers seat and miscellaneous fittings that may have been removed to lay new floor covering.

9. Fit new 3 seater fibre glass seat frame to Guards compartment and fit seat cushions and backs.

10. Remove debris and clean floor.

3. WINDOWS

This work is to be carried out only on those railcars nominated during final negotiations.

1. Remove and replace 15 outside passenger side window panels with new 10 mm (3/8”) poly-carbonate panel (Lexan MR10 or equivalent) fitted on the outside surface with anti-graffiti film. Note that as the original panels were 11.7 mm thick a suitable water proof packer will be required to prevent ingress of moisture between the poly-carbonate and glass panels.

2. Remove and replace 15 inside window panes with new 5 mm clear toughened glass, to AS 2080 Safety Glass for Land Vehicles, fitted on the inside of the railcar with anti-graffiti film. Note that suitable crystals for absorbing moisture are to be placed at the bottom of the air gap between the 2 panels.

3. Remove and replace Guard’s Compartment screen with new 5 mm clear toughened glass to AS2080 Safety Glass for Land Vehicles, fitted both sides with anti-graffiti film.

4. Remove film if required on the front window (adjacent to the driver) and supply and install anti-graffiti film to both inside and outside surfaces.

5. Supply and install to 2 end wall windows anti-graffiti film to both inside and outside.

6. Supply and install to each end communicating door window anti-graffiti film to both inside and outside.

7. Remove and replace all passenger entry side door window panels with new 10 mm (3/8”) poly-carbonate panels fitted inside and outside with anti-graffiti film.

4. SEAT COVERINGS

Seat cushions and backs may or may not be recovered but it will be determined during final negotiations which will be recovered in new material and which will be returned to the railcar in existing livery.

4.1 Arrange with Goninan to provide the required number of seat cushions and seat backs for the railcar concerned.

4.2 Recover all supplied seat cushions and backs with Holdsworth Australasia fabric Cat. No. YV/P23463 (Overlapping Diamond) or Cat. No A866ST (Graffiti without STA NSW logo) or similar fabric as negotiated. Seat cushions and backs to be returned in time for refitting to railcar as per clause 2.7.

5. WARRANTY

The successful contractor or contractors shall warrant their work against defects in. materials, workmanship and performance for a period of 12 months from return of the railcars into operational service. This warranty shall cover all costs including parts and labour (during normal working hours only) to make good.

SCHEDULE FOR THE WORK

The successful contractor or contractors will provide a schedule for the work to be undertaken. It is expected that work should commence by the beginning of February 2002 and be completed before the end of June 2002.

The schedule will detail the length of time required to complete each component on each railcar and be based on no more than two railcars being provided at any one time.

6. LOCATION OF THE WORK SITE

The successful contractor or contractors are required to nominate the work site where they expect the work will be carried out. If at the Adelaide Maintenance Centre the contractor will have to negotiate with Goninan for a suitable location to do the work and for the use of any facilities or utilities required. If not at the Adelaide Maintenance Centre contractors are reminded that they will require a facility with Broad Gauge rail access to the Adelaide metropolitan broad gauge rail network.

7. RAILCAR AVAILABILITY

As mentioned above in clause 6 no more than 2 railcars will be provided at any one time for the work and release of the railcar will require negotiation with Goninan at the Adelaide Maintenance Centre. Due to the limited availability of railcars it may be necessary for the contractor to share the railcar with other contractors undertaking other work or modifications at the same time. This will be negotiated with the successful contractor or contractors at the time on a railcar by railcar basis.

9. PAYMENT

Payment shall be 95% of the Contract Price following successful commissioning trials with 5% retention until completion of the Warranty Period.

10. MAINTENANCE

Three copies of any instructions on special maintenance requirements, such as recommended cleaning agents or cleaning methods shall be supplied on completion of the first railcar.

11. MAINTENANCE EQUIPMENT/TOOLS

The requirement for and the cost of any special equipment or tools needed to maintain the items supplied in good condition must be stated in the submission of this tender bid.

12. CONTRACTOR’S RESPONSIBILITIES

It is the contractor’s responsibility that he be fully informed as to the requirements of this specification in particular the scope of work which applies to each railcar. Any queries regarding the scope and of a technical nature are to be referred to Dean Phillips, Manager Rail Fleet at TransAdelaide on telephone 8218 2630.

13. SPECIAL REQUIREMENTS

The contractor(s) engaged to undertake this work is required to demonstrate they have the adequate expertise and experience to undertake this work. Preference will be given to those contractors that can demonstrate that they have their product installed on other railcars or public transport vehicles.

[pic]

PART C

TENDER NO. 07/02

CONDITIONS OF CONTRACT

NOTE:

1. The Conditions of Contract for this Tender shall be AS4305-1996.

2. Tenderers are responsible for obtaining their own copy of the above Conditions of Contract.

3. Tenderers are NOT required to sign and return this document with their tender response.

4. The Statement of Compliance in Part D, shall be in accordance with instructions given.

[pic]

ANNEXURE

TO

THE

CONDITIONS OF CONTRACT

AS 4305-1996

ANNEXURE to the Australian Standard

Minor Works Contract Conditions

This Annexure shall be completed and issued as part of the tender documents and, subject to any amendments to be incorporated into the Contract, is to be attached to these Contract Conditions and shall be read as part of the Contract.

_____________________________________________________________________________________________

Item

1 The Principal: General Manager.............................................

. (Clause 1) TransAdelaide...................................…...........

ACN ..............................................................................

2 The address of the Principal: GPO Box 2351...............................................................

Adelaide SA 5001..........................................................

……...............................................................................

.......................................................................... (Phone)

.............................................................................. (Fax)

3 The Contractor: …………..……………………………………………….

(Clause 1)

..….................................................................................

ACN …..………………………………………………...

4 The address of the Contractor:

…………………………………………………………

………………………………………………………..

....…………………….................................... (Phone)

…..………………………………………………..(Fax)

5 The Superintendent: Dean Phillips................................................................

(Clause 1) Manager, Fleet Services

ACN (if applicable) .........................................................

6 The address of the Superintendent: GPO Box 2351

Adelaide SA 5001............................................................

(08) 8218 2630................................................... (Phone)

(08) 8410 2316.................................................... (Fax)

7 The Contract Documents comprise: Document No. of copies

(Clauses 1 and 4) to be provided

(a) Minor Works Contract Conditions...1...

(b) Tender Specification .................…… 1...

(c) Annexure to conditions of .......……....1...

Contract

(d) Code for Contractors........……….........1..

(e) Tenderers Response.........……..............1...

(f) Various Drawings………………………1..

8 The Contract Sum is: …………………………………………………………

(Clauses 1 and 2.1)

………….......................................................................

..................... ($......……….......................................)

To the extent that the Contract Sum is to be ascertained by rates, by the schedule of rates contained in the following documents:

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

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

9 Payments under the Contract shall be

made at: ........................................................................................

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

10 Description of the Works: Refer Tender Specification..................................

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

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

11 (a) The Date for Practical Completion: ..……....... day of ..………………................................. (Clause 1) (as adjusted pursuant to the Contract)

OR

(b) The period of time for Practical

Completion: ..................... †days .......................................... †weeks

(Clause 1) after the Date of Acceptance of Tender

(as adjusted pursuant to the Contract)

12 Security (if provided): Form: ................5% .....Contract Sum........................ (Clause 3)

...................Refer Tender Specification.......................

Amount: $ ...........................………

† Complete and delete as appropriate.

13 Time for provision of security: ........................................................................................

(Clause 3) (If no time stated, within 14 days of the Date of

Acceptance of Tender)

14 Amount of limit of indemnity for damage to

persons and property: $ ...........Unlimited.......................................................... (Clause 8(a)) (If nothing stated, $1,000,000)

15 The party to effect a contract works policy

of insurance: † Principal/† Contractor

(Clause 9) (If neither deleted, the Contractor shall effect

such policy of insurance)

16 The amount of contract works insurance

cover: $ ....................................................................................... (Clause 9) (If nothing stated, the Contract Sum plus 20%)

17 The party to effect a public liability policy

of insurance: † Principal/† Contractor

(Clause 10) (If neither deleted, the Contractor shall effect

such policy of insurance)

18 The amount of public liability insurance

cover in respect of any one occurrence

shall be not less than: $ ...........20,000,000......................................................... (Clause 10) (If nothing stated, $1,000,000)

19 The time for giving possession of the Site

to the Contractor: …………………………………............................ days

(Clause 15) after the Date of Acceptance of Tender

20 Liquidated damages: $ ........................................................................ per day

(Clause 20)

21 Extra costs for delay or disruption: $ ........................................................................ per day

(Clause 21)

22 The defects liability period: ..as per specification............................................ weeks

(Clause 22) (If no period stated, 26 weeks)

23 Times for payment claims: on the ........n/a................. day of each month ...............

(Clause 24) (If no time stated, then on the last day of each

month)

24 The rate of interest on overdue payments: ................nil............................................... % per annum

(Clause 24) (If no rate stated, 18% per annum)

25 The person to nominate an arbitrator: ........................................................................................

(Clause 31)

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

(If nothing stated, the Chairperson for the time being of the Chapter of The Institute of Arbitrators Australia of the State or Territory in which the Site is situated)

26 The State or Territory: (Clause 31) .......South Australia.......................................................

† Complete and delete as appropriate.

[pic]

TransAdelaide

CODE

FOR

CONTRACTORS

1. GENERAL

1.1 This Code for Contractors (this Code) is intended to ensure that the contractor and its employees, agents and their employees, subcontractors and their employees thereof follow safe work practices and comply in all respects with the obligations placed on employers and employees pursuant to the Occupational Health, Safety and Welfare Act, 1986 (the Act), and to ensure that the contractor and its employees, agents and their employees, subcontractors and their employees thereof are, while at a workplace, safe from injury and risks to health, as far as practicable.

1.2 Compliance with the Code shall be an essential condition:

(a) of the Contract for services or work entered between “the contractor and TransAdelaide”;

(b) for the ongoing authorisation of the contractor and its employees, agents and their employees, subcontractors and their employees thereof to remain at a workplace (for the purposes of this Code, a workplace is any place including a vehicle, where the contractor or its employees, agents or its employees, subcontractors or its employees thereof, are working or required to attend for the purpose of completing the work or services pursuant to the Contract) or to perform the work or services required pursuant to the Contract.

1.3 The contractor and its employees, agents and their employees, subcontractors and their employees thereof are required to be familiar with the terms of this code.

1.4 TransAdelaide shall be entitled to cause the contractor or its employees, agents or their employees, subcontractors or their employees thereof to immediately cease work where:

(a) a violation of this Code is determined by TransAdelaide to have occurred, notwithstanding any contrary view held by the contractor; or

(b) a default notice, prohibition notice, improvement notice or other notice pursuant to the Act has been served on TransAdelaide in connection with work or services provided by the contractor pursuant to the Contract; or

(c) that TransAdelaide has been notified, pursuant to the Act, of a contravention or possible contravention of the Act in respect of the performance of work or services pursuant to the Contract; or

(d) breach of any TransAdelaide policy/procedure/guidelines.

2. General Obligations of Contractor

2.1 All work and activities conducted by the contractor or its employees, agents or their employees, subcontractors or their employees thereof, pursuant to the contract shall be in accordance with:

(a) the Occupational Health, Safety and Welfare Act, 1986, amended and Consolidated Regulations 1995 thereunder,

(b) “Codes of Practice” approved and issued pursuant to the Occupational Health, Safety and Welfare Act, 1986;

(c) relevant Australian Standards

(d) All TransAdelaide Occupational Health and Safety Policies and Procedures ie: First Aid/Manual Handling; and

(e) this “Code for Contractors”.

2.2 The contractor shall be responsible and liable for acts or omissions in the performance of the Contract and for the acts or omissions of its employees, agents and their employees, subcontractors and their employees thereof.

2.3 The contractor shall exercise sufficient control over its employees, agents and their employees, subcontractors and their employees thereof at all times so as to ensure compliance with this Code.

2.4 The Contractor shall outline to TransAdelaide the steps that will be taken to address potential dangers in the work to be performed.

3. Safety Management Plan

3.1 A Safety Management Plan must be incorporated into a document by each contractor.

This shall include -

(a) A plan/program in relation to Occupational Health Safety and Welfare. Detailed action plans on “how” safety is managed

(b) Historical Information

For example:-

(i) Last four years injury/incident statistics, including lost time and reported incidents

(ii) Number of work related injuries

(iii) Workcover Rating percentage - bonus or penalty

(iv) The nature of the injuries i.e. back/neck

(v) Major causes of injuries i.e. faulty equipment, noise

(vi) Frequency rate (calculated by new injuries lost days X 1,000,000/Employee Hours)

(vii) Incident rate (calculated by new injuries lost days X 100/Number of Employees)

(c) Information

(i) Prevention activities being implemented to prevent work related injuries.

(ii) A list of Policies/Procedures in relation to their work practises ie: Developed policies and, names, details/copies of procedures including Standard Work Operating Procedures.

(iii) Occupational Health Safety & Welfare training received by staff.

(d) Proof of Chemical usage and accompanying Material Safety Data Sheets, and displayed Hazchem Signs i.e. hazardous substances register.

(e) Details of any prosecutions - Improvement/Prohibition Notices.

(f) Proof of compliance with -

(i) Occupational Health Safety & Welfare Act 1986 amended 1995

(ii) Consolidated Regulations - April 1995

(iii) Codes of Practise ie: First Aid/Manual Handling

(iv) Relevant Australian Standards TransAdelaide list specifically

4. Vehicles

4.1 Motor Vehicles and motor cycles brought upon the TransAdelaide’s premises by the contractor or its employees, agents or their employees, subcontractors or their employees thereof shall be parked at all times in places provided or marked for parking thereof.

4.2 Motor vehicles, motor cycles, working vehicles, dumpers and other driven equipment shall, at all times, be operated in a safe manner, have planned and regular maintenance carried out, and be driven in accordance with speed limit signs, road signs, traffic flows and pedestrian traffic requirements.

4.3 The contractor shall notify TransAdelaide of any obstacles, excavations, equipment or vehicles placed in areas of pedestrian or vehicular traffic and shall effectively mark same at all times and if necessary shall cause same to be lighted at night.

4.4 All vehicles of any type and motorised equipment shall be equipped with and operate an effective lighting system during statutory lighting periods.

4.5 The contractor shall not permit its employees, agents and their employees, subcontractors and their employees thereof to drive or operate any vehicle unless the person has an appropriate and current licence to do so.

5. Housekeeping

5.1 The contractor shall ensure that all work areas and means of access and egress to workplaces shall be kept tidy and clear at all times and that surplus or scrap material is removed daily by a recognised/environmental friendly source.

5.2 In the event of any spillage of oil or chemicals the contractor or its employees, agents or their employees, subcontractors or their employees thereof shall immediately:

(a) safely clean up and remove such spillage and make safe the surfaces upon which the oil or chemical was spilled;

(b) ensure that the spillage does not recur;

(c) notify the contract liaison person from TransAdelaide;

(d) ensure notice of the spillage is erected in the vicinity and that pedestrian traffic and other traffic is redirected until the liaison person or TransAdelaide’s Occupational Health and Safety Department has inspected the site or has otherwise directed the contractor;

(e) Notify TransAdelaide and relevant authorities in the case of a hazardous chemical spillage.

6. Emergency Services

6.1 The contractor shall ensure the provision of adequate first aid materials pursuant to statutory requirements Code of Practise for First Aid.

6.2 The contractor shall ensure that at all times there is free and unobstructed access to places and possessing up to date and well maintained fire extinguishing and safety equipment.

7. Warning systems

7.1 The contractor shall ensure its familiarity with warning systems in use by TransAdelaide at any workplace and shall further ensure that its employees, agents and their employees, subcontractors and their employees thereof are also familiar with any such systems and the action to be taken in the event that such warning systems are operated.

7.2 Where required by TransAdelaide, the contractor shall establish, in consultation with TransAdelaide a specific warning system. In such instances the contractor is required to ensure that such system is fully operational at all times and that its employees, agents and their employees, subcontractors and their employees thereof are familiar with its operations and the actions required in the event that warning is given.

8. Substances and Equipment

8.1 The contractor shall ensure that all substances and equipment brought onto TransAdelaide’s premises or used at a workplace comply with, and are handled or operated in accordance with the Act and Regulations and “Codes of Practice” thereunder.

8.2 Produce to TransAdelaide material safety data sheets of chemicals in use/intending to use and information in respect of substances used by the contractor on TransAdelaide premises or at workplaces prior to commencement of work. The contractor shall ensure compliance, by its employees, agents and their employees, subcontractors and their employees thereof, with safe handling procedures while such persons are using or in the vicinity of such substances.

8.3 Inform TransAdelaide of the safe handling procedures, and dangers of, any toxic substances the contractor or its employees, agents or its employees, subcontractors or its employees thereof may come into contact while on TransAdelaide’s premises or attending at any workplaces

8.4 Emergency showers and/or source of water must be provided/accessible if chemicals are used which could cause contamination.

9. Reporting/Investigating of Accidents

9.1 The contractor shall immediately report to TransAdelaide all accidents occurring at a workplace or in connection with the performance of the Contract where the accident results in injury to a person or damage to property.

9.2 Immediately inform TransAdelaide the contact liaison person when a person, who has been absent from work due to an accident, returns to work.

9.3 Make detailed, and keep timely records of any accidents and comply with any regulations in respect off the recording and reporting of accidents and shall make those records available to TransAdelaide whenever requested and shall permit TransAdelaide to photocopy any such records.

Investigate all workplace accidents and implement necessary preventative action to minimise recurrence of injuries.

Notify the General Manager of TransAdelaide and Department of Industrial Affairs on injuries resulting in lost time of 3 days or more or serious injury.

10. Workplace Inspections

10.1 The contractor shall grant to TransAdelaide access to any of TransAdelaide’s premises or workplaces at which the contractor is performing work or services pursuant to the Contract.

10.2 That TransAdelaide is entitled at any time to inspect any part of the work or services being performed by the contractor pursuant to the Contract.

10.3 Where TransAdelaide brings to the attention of the contractor any activity or omission of the contractor which TransAdelaide considers to be a breach of this Code, the contractor shall immediately take all necessary steps to rectify such breach. This requirement does not derogate from TransAdelaide’s entitlements arising pursuant to this Code or to the Contract in the event of breach of this Code or the Contract.

11. Potential Hazards

TransAdelaide shall inform and provide relevant information to the contractor of any potentially hazardous activity being carried out in the vicinity of the workplaces at which the contractor or its employees, agents or their employees, subcontractors or their employees thereof are performing work or services pursuant to the Contract.

[pic]

PART D

TENDER NO. 07/02

TENDERERS RESPONSE

TENDERER RESPONSE SHEET INFORMATION

INTRODUCTION

In considering competitive tender proposals, TransAdelaide analyses technical, financial and commercial proposals in ranking and selecting tenderers.

TransAdelaide is fully accountable for its tender selections and endeavours to award contracts on the basis of accurate and complete information.

It is the responsibility of the Tenderer to ensure TransAdelaide is fully informed of all relevant details. This section contains the schedules to be used to represent the information required. Tenderers must complete each schedule for each alternative offered; the blank schedule pages should be photocopied as required.

Tenderers shall write their firm's name on each page at the place marked "NAME OF TENDERER…………………."

|PART A - CONDITIONS OF TENDERING | | |

|PART B - TENDER SPECIFICATION | | |

|1. SCOPE OF WORK | | |

|2. FLOOR COVERING | | |

|2.1 Seat removal | | |

|2.2 Hand Grips | | |

|2.3 Remove seats and miscellaneous items | | |

|2.4 Guard’s desk and seat | | |

|2.5 Remove carpet and rubber flooring | | |

|2.6 Lay safety flooring | | |

|2.7 Refit fibre glass seats | | |

|2.8 Refit driver’s seat and miscellaneous items | | |

|2.9 Fit new fibre glass seat in guard’s area | | |

|2.10 Clean up | | |

|3. WINDOWS | | |

|3.1 Outside panels | | |

|3.2 Inside panes | | |

|3.3 Guard’s screen | | |

|3.4 Front film | | |

|3.5 End windows | | |

|3.6 End door windows | | |

|3.7 Passenger door windows | | |

|4. SEAT COVERINGS | | |

|4.1 Pick up seat cushions | | |

|4.2 Recover and return | | |

|5. WARRANTY | | |

|6. WORK SCHEDULE | | |

|7. WORKSITE LOCATION | | |

|8. RAILCAR AVAILABILITY | | |

|9. PAYMENT | | |

|10. MAINTENANCE | | |

|11. MAINTENANCE EQIPMENT/TOOLS | | |

|12. CONTRACTORS RESPONSIBILITIES | | |

|13. SPECIAL REQUIREMENTS. | | |

NAME OF TENDERER…….…………………………………….

|HEADING OR DESCRIPTION OF CLAUSE |Compliance |DETAILS OF RESPONSE |

| | |(if not full compliance, attach separate statement |

| | |if insufficient space) |

|PART C - CONDITIONS OF CONTRACT | | |

| - ANNEXURE TO CONDITIONS OF CONTRACT | | |

| - TRANSADELAIDE CODE FOR CONTRACTORS | | |

|PART D - TENDERERS RESPONSE | | |

NAME OF TENDERER ………………………………………………………….

LUMP SUM FEE

Tenderers shall supply lump sum quotations, inclusive of GST, to undertake the work as detailed in the Tender Specification.

Should there be funding limitations then Tenderers are also asked to provide alternative pricing per railcar for window and seat covering components of this tender. Should there be limitations on these components it is expected that at least 5 railcars will have windows and seat covers completed in this financial year with the balance carried into next financial year.

FLOORING

Lump Sum Fee: $____________________

WINDOWS

Lump Sum Fee: $____________________ Price Per Railcar: $_______________________

SEAT COVERINGS

Lump Sum Fee: $____________________ Price Per Railcar: $_______________________

I acknowledge that I have read this Request for Tender and understand all associated conditions.

NAME OF TENDERER _______________________________________________

ACN ____________________________________

ADDRESS___________________________________________________________

____________________________________________________________________

____________________________________________________________________

TELEPHONE _______________________________________________

FACSIMILE ________________________________________________

DATE __________________

SIGNATURE ________________________________________________

PLEASE PRINT NAME _______________________________________

Certified tender opened in the presence of:

_________________________________________

at _______________________________

_____________________________Opening Officer

_____________________________Opening Officer

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

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download