<#GBC_CONTRACT.CONTRACT_NAME> CONTRACT NO: <#GBC_TENDER.CONTRACT_NO> Tender Volume 1 CONDITIONS OF TENDERING Contact Person Name: <#PROJECT.PROJECT_RISK_MANAGER>, DPTI Project Risk Manager Telephone: <#PROJECT.PRM_PHONE> Email: <#PROJECT.PRM_EMAIL> Tender Closing Information Time: 2.00 pm Day: <#GBC_TENDER.CLOSE_DAY> Date: <#GBC_TENDER.CALL_CLOSED_DATE> Location: Department of Planning, Transport and Infrastructure (DPTI) Electronic Tender Box SA Tenders and Contracts website http://www.tenders.sa.gov.au Page 1 of 25 <#PROJECT.PROJECT_NAME> TENDER DOCUMENTS Conditions of Tendering and Contract – Tender Volume 1 Bound into this document Conditions of Tendering GC21 (Edition 1 as amended) General Conditions of Contract GC21 (Edition 1) Contract Agreement and Information Separate documents Code of Practice for the South Australian Construction Industry Code of Tendering AS 4120―1994 as amended by these Conditions of Tendering Government Buildings Energy Strategy Tender Form and schedules South Australian Industry Participation Policy (Standard Tailored) Plan Template Addenda and any other correspondence issued to tenderers during the tender period Principal’s Project Requirements – Tender Volume 2 Bound into this document Project Brief Preliminaries General Requirements Demolition Site Management Other documents as relevant Separate documents Drawings INFORMATION DOCUMENTS Bound into this document Preamble Notice to Tenderers Other documents as relevant Separate documents Hazardous Materials inspection report, management plan and register Other documents as relevant CONTENTS Preamble 5 Notice to Tenderers 6 CONDITIONS OF TENDERING 8 Part 1 General 8 1.1 Invitation to Tender 8 1.1.1 1.1.2 1.1.3 1.1.4 1.1.5 1.1.6 1.1.7 1.1.8 1.1.9 1.1.10 8 8 8 8 8 9 9 9 9 9 1.2 1.3 Tender Field Tender Documents Tenderer to Acquire Information Contact Person Tenderer Briefing Site Visit Tender Enquiries Errors, Omissions, Ambiguities and Discrepancies Amendments of and to Tender Documents Conditions of Contract Information about State Contracting 10 1.2.1 1.2.2 1.2.3 1.2.4 1.2.5 1.2.6 1.2.7 1.2.8 1.2.9 1.2.10 Code of Practice DPTI Prequalification System Employment of Ex-Government Employees Buy Australian Made Procurement Policy Local Industry Participation Process South Australian Industry Participation Policy Environmental Care Work Health and Safety Disclosure of Government Contracts Workforce Participation and Skills Development 10 10 10 10 10 11 12 12 12 12 Information about Australian Government Requirements 13 1.3.1 1.3.2 13 13 The Australian Government Building and Construction OHS Accreditation Scheme Building Code 2013 Part 2 Tender Submission 14 2.1 Submission 14 2.1.1 2.1.2 2.1.3 2.1.4 2.1.5 2.1.6 2.1.7 2.1.8 2.1.9 2.1.10 14 14 14 15 15 15 15 15 15 15 2.2 Signature Statutory Declaration Lodgement of Tender Qualified Tenders Late Tenders Informal Tenders Decision not to Submit Tender Alternative Proposals Tender Sum Tender Validity Period Information to be Submitted 16 2.2.1 2.2.2 2.2.3 2.2.4 2.2.5 2.2.6 2.2.7 2.2.8 2.2.9 16 16 16 16 17 17 17 19 19 Collaboration Team Program Budget Risk Management Management Systems General Other Price Part 3 Evaluation of Tenders 19 3.1 Evaluation 19 3.1.1 3.1.2 3.1.3 3.1.4 3.1.5 3.1.6 19 19 19 22 22 22 Short Listing Tender Evaluation Panel Evaluation Process Alternative Proposals Evaluation State’s Alternative Proposals Acceptance of Tender Part 4 Process Conditions 22 4.1 General 22 4.1.1 4.1.2 4.1.3 4.1.4 4.1.5 4.1.6 4.1.7 4.1.8 4.1.9 23 23 24 24 24 24 24 25 25 Probity Reservation of Rights State’s Expectations Tenderers’ Expectations Confidentiality Copyright Warning – State Supplied Information Warning – Third Party Supplied Information Cost of Preparation of Tenders Part 5 Project Brief 1 5.1 5.2 5.3 5.4 5.5 5.6 Background Lead Agency Project Team Site and Neighbours Project Objectives and Scope Project Overview 1 1 1 1 1 1 5.6.1 5.6.2 5.6.3 5.6.4 5.6.5 5.6.6 5.6.7 5.6.8 1 1 1 1 1 1 1 1 5.7 5.8 5.9 Design Philosophy Functionality and Schedule of Accommodation Furniture, Fittings and Equipment Associated works Current Status of Design and Documentation Assumed construction strategy Operating Environment Construction Program Project Budget Project Delivery Objectives Appendix A - Preliminary Design 1 2 3 Preamble The Department of Planning, Transport and Infrastructure (DPTI) provides asset, risk and project advice and management to the Government of South Australia (the State) and its agencies and facilitates the interface between Government and the building and construction industry. In partnership with the building industry DPTI strives for excellence in the delivery of its projects to the South Australian community. This project is being delivered for the <#PROJECT.LEAD_AGENCY>. The Principal, wishes to work as a team with DPTI, the Contractor and the appointed professional service contractors to achieve project objectives particularly completion to specified quality, program and budget. The Contractor contracts to contribute to the design and to management of the program and cost, to construct the works and to manage the sub contractors while liaising with the Principal and the Principal’s professional service contractors, the lead agency and all other relevant stakeholders in return for a contract price. Working as part of the project team the Contractor will: (a) contribute to the design and documentation by advising on all aspects of constructability including the economics of all design and detailing (b) take the lead role in the development of the project program and utilizing it as a base to develop the most effective program and methodology for completing the design and construction within the time frame while ensuring minimal disruption (c) plan site operational logistics and site access protocols (d) determine the most effective and economic subcontract packaging for the works that maximizes risk management, control of the safety and quality of the construction process and assures a high quality project outcome (e) develop contract documentation and works priorities and the scheduling/programming of the works so that handover of the project is achieved on the prescribed date (f) provide advice to project team on value and cost management generally and to the cost manager particularly with regard to market conditions, trends and subcontractor pricing (g) optimise the quality of the subcontract documentation in collaboration with the professional service contractors (h) provide advice on ecologically sustainable materials, plant and equipment and construction methodology so as to deliver the maximum possible ecologically sustainable development. (a) tender and contract the subcontract packages in accordance with government’s tendering protocols (b) manage the project program (c) actively contribute to managing the project budget (d) manage and mitigate all construction related risks (e) apply safe work practices, effectively manage industrial relations and implement an environmental/waste management plan. The selection of the Contractor will be a value based selection which seeks to achieve best value for government in the purchase of Contractor services through a weighted points score system. The system allows non-price criteria detailed in the tender documents and the tendered price for the specified Contractor services to be taken into account. The system judges the ability of the Contractor to contribute to the expertise of the project team, to have the necessary resources and to perform the services effectively. Notice to Tenderers This Notice to Tenderers is a way of informing tenderers of general information and in particular recent changes to the conditions of tendering or contract. Please ensure that the notice is read and understood. If there are any queries contact the DPTI Project Risk Manager. Recent changes to Conditions of Tendering and/or Contract The attention of tenderers is drawn to: (a) the revised format of these Conditions of Tendering which are now in parts. In particular note that the tender submission requirements are consolidated in Part 2 Tender Submission. (b) the revised requirements related to the South Australian Industry Participation Policy in clause 1.2.6 of these Conditions of Tendering. Tender Documents Format The attention of tenderers is drawn to the format of tender documents. Tender documents are presented in three volumes: (a) Conditions of Tendering – Tender Volume 1 (b) Principal’s Project Requirements – Tender Volume 2 (c) Drawings – Tender Volume 3 Please ensure that you refer to the Tender Documents schedule in Tender Volume 1 (above) for an overview of the tender documents. Information to be submitted Non-price criteria are included in the tender evaluation process to provide greater certainty of project outcomes. The inclusion of non-price criteria in the tender evaluation process is based on the recognition that the lowest priced conforming tender does not necessarily represent best value for money. Non-price and performance criteria have been included in the conditions of tendering in addition to price criteria and the tender evaluation panel will generally evaluate the tenders in regard to best value. The evaluation process set out in the DPTI guide note ‘Value Selection of Construction Tenders (G13) (which can be downloaded from the Building Project Information Management System (BPIMS) Project Library) will be used by the tender evaluation panel. In addition to submission of the tender price, tenderers are required to submit information in response to non-price criteria and other information as set out in the tender documents. The tender price used to determine the initially preferred tender shall be the conforming tender price as submitted on the tender form and if applicable any alternative submitted by the tenderer that is assessed as being acceptable. Incentive The Principal is considering the merits of including in the Contract provision of a monetary sum as an incentive to contractors (construction and professional service) for excellent performance with particular focus on time. The inclusion of an incentive fund is subject to further negotiation between the State, the preferred Tenderer and the State’s professional service contractors. There are key project objectives that the project team will work collaboratively to achieve. Imperative objectives relate to discuss key objectives. Separate Advice Contract Given the necessary processes from identification of the preferred tenderer to contract award, it is intended that the preferred tenderer will be offered a separate advice only contract to ensure there is early constructability advice available to the project team pending government decision on the award of this Contract. CONDITIONS OF TENDERING Part 1 1.1 General INVITATION TO TENDER An invitation to tender does not give rise or amount to a process contract whether a tender is submitted in response to this request for tender or not and whether or not a contract is subsequently awarded. (A process contract means a contract about the tendering process.). By submitting a tender, the tenderer will be bound by the promises required by the State regarding probity and publicity. In consideration of that promise, the State will evaluate the tender. After considering any responses submitted in accordance with these Conditions of Tendering, the Government of South Australia (the State), represented by the Department of Planning, Transport and Infrastructure (DPTI), will decide whether or not to enter into negotiations with one or more preferred tenderers. 1.1.1 Tender Field Only tenders from tenderers registered as DPTI Building and Construction Project Prequalification System General Building Contractors, Category <#GBC_TENDER.CATEGORY> at the time of close of tenders will be considered. Only tenders from tenderers invited by DPTI to tender as part of a selected tender field will be considered. 1.1.2 Tender Documents The tender documents shall be the Tender Form, these Conditions of Tendering, GC21 (Edition 1 as amended) General Conditions of Contract, GC21 (Edition 1) Contract Agreement and Information, Principal’s Project Requirements, Drawings and all other documents issued by the State for the purposes of tendering. Documents are collated by mechanical means and the tenderer should check to ensure that all pages are numbered consecutively and all supplements, as indexed, are included. Unless a contrary intention is indicated, these conditions of tendering are interpreted in the same manner, and its terms have the same meaning as in the GC21 (Edition 1 as amended) General Conditions of Contract. 1.1.3 Tenderer to Acquire Information Tenderers shall obtain all information relevant to a tender conforming to the tender documents including thorough familiarisation with the documents and the site upon which the work under the Contract is to be executed. 1.1.4 Contact Person A tenderer must only communicate with the DPTI Contact Person. Tenderers cannot rely on communications with any other person. The DPTI Contact Person is identified on the cover of this document. In the absence of the Contact Person contact the Contracting and Procurement office on 8343 2243. 1.1.5 Tenderer Briefing A briefing for tenderers is to be held at location at time, date. Advise the Contact Person stated on the cover of these Conditions of Tendering of attendance. Not applicable 1.1.6 Site Visit A site inspection for all tenderers is to be held at location at time, date. Advise the Contact Person stated on the cover of these Conditions of Tendering of attendance. Not applicable 1.1.7 Tender Enquiries All enquiries relating to the tender documents shall be referred as early as possible to the Contact Person named on the cover of the Conditions of Tendering. Tenderers may expect that in relation to a query submitted at least a week before tender closing the Contact Person will respond. The State reserves the right to respond or not to respond at its discretion to any query or matter raised later than one week before the tender closing. The State reserves the right to inform all other tenderers of the question or matter raised and the response given, but may at its discretion choose not to do so. 1.1.8 Errors, Omissions, Ambiguities and Discrepancies The information contained or referred to in the tender documents is provided to assist the tenderer to complete a tender. Tenderers should not assume the accuracy of the information provided in lists, schedules, reports or interpretation based on other information, and must, to the extent possible, verify the information independently. If information cannot be accessed and it is considered critical to preparing the tender, a tenderer should notify the Contact Person who will consider providing access to the information. If a tenderer finds any mistake, incorrect assumption, ambiguity, apparent omission, inconsistency or discrepancy in the tender documents or associated information, it must promptly advise the Contact Person and seek resolution. 1.1.9 Amendments of and to Tender Documents The State may cancel, supplement, vary or amend the terms of the tender documents at any time and will give notice of any such change by issuing an addendum to the tenderers. Variations or amendments to the tender documents will not be recognised unless advised in writing by the Contact Person by means of an addendum. Receipt and allowance for the provisions of all addenda issued during the tender period is to be acknowledged on the Tender Form. 1.1.10 Conditions of Contract The conditions governing the Contract being tendered are GC21 (Edition 1 as amended) General Conditions of Contract. Due allowance shall be made in the tender for compliance with all the provisions thereof. Attention is drawn to GC21 (Edition 1 as amended) Conditions of Contract clause 32: Engaging Subcontractors regarding the subcontracting of work under the Contract and the requirement to use trade/sub contractors registered in the DPTI Building and Construction Project Prequalification System (Prequalification System). Tenderers are reminded of their obligation under GC21 (Edition 1 as amended) Conditions of Contract clause 2: Authorised persons whereby the Contractor shall during any activities relating to the execution of the work under the Contract supervise the execution of the work under the Contract. Due allowance shall be made in the tender for compliance with these provisions. 1.2 INFORMATION ABOUT STATE CONTRACTING 1.2.1 Code of Practice Tenderers must comply with the Code of Practice for the South Australian Construction Industry (Code). Lodgement of a tender will be evidence of the agreement by the tenderer to comply with the Code for the duration of any resulting contract that may be awarded. If a tenderer fails to comply with the Code, the failure will be taken into account by the State 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 contractors. The tenderer must ensure that all subcontracts contain requirements functionally equivalent to the requirements of this Clause. 1.2.2 DPTI Prequalification System DPTI has a Building and Construction Project Prequalification System (Prequalification System) for general building contractors, trade contractors and professional service contractors. When tendering building construction contracts, the State generally gives preference to general building contractors registered in the Prequalification System, and to trade contractors registered in the Prequalification System for Selected Sub-contract Work in a range of Work/Trade types. The State is not bound to require general building or trade/subcontractors to be registered in the Prequalification System as a prerequisite to tendering, or to accept a tender from a prequalified general building contractor or subcontractor in preference to a nonprequalified general building contractor or subcontractor. 1.2.3 Employment of Ex-Government Employees A set of principles has been announced by the State, with regard to the employment of exGovernment employees by contractors providing services to the Government. The State will not accept the services of any person who, either directly or through an independent contractor or third party, within the last three years, has received a separation package from the State under its various schemes where the service may breach the conditions under which the separation package was paid to the former public sector employee. The tenderer should take these principles into account in preparing and submitting its tender. 1.2.4 Buy Australian Made Procurement Policy The State is committed to reducing the import content of Government procurement and requires that contractors who provide services and products to the State buy Australian products wherever possible. 1.2.5 Local Industry Participation Process Consistent with the Australian Industry Participation National Framework, the State is committed to maximising Australian industry participation to encourage greater opportunities for local and regional suppliers. The tenderer must include in its tender preference for goods and services of South Australian, Australian and New Zealand origin that offer value for money over the life cycle of the project and must demonstrate how the tender maximises the use of local sources of goods and services that support the economy of South Australia. The tenderer may use the confidential services of the Industry Capability Network South Australia to identify ways of determining local industry capabilities for import replacement and local industry participation opportunities. The contact details are as follows: Industry Capability Network South Australia The Conservatory 131-139 Grenfell St, Adelaide SA 5000 Tel: Email: Web: 1.2.6 1300 553 309 info@icnsa.org.au www.icnsa.org.au South Australian Industry Participation Policy A key objective of the South Australian Industry Participation Policy (IPP) is to ensure that capable South Australian small and medium enterprises are given full, fair and reasonable opportunity to tender and participate in significant public and private sector projects. Select one of the following options as applicable. The contract for which this tender is being prepared falls within the scope of the IPP. Tenderers are requested to complete an “IPP (Standard) Plan” in the form and including the information indicated in the IPP (Standard) Plan Template provided with the tender documents. Each tenderer should submit its completed IPP (Standard) Plan with its tender but as a separate document. Completion of an IPP (Standard) Plan is voluntary for this project. However, tenderers that do not submit a compliant plan will receive zero for IPP weighted criteria (see clause Error! Reference source not found. Error! Reference source not found. of these Conditions of Tendering). The successful tenderer’s IPP plan commitments will be included within the contract. The contract for which this tender is being prepared falls within the scope of the IPP. As a mandatory requirement in relation to the IPP, the tenderer is required to provide with its tender an “IPP (Standard) Plan” in the form and including the information indicated in the IPP (Standard) Plan Template provided with the tender documents. Each tenderer should submit its completed IPP (Standard) Plan with its tender but as a separate document. Failure to submit an IPP plan or submitting a non-compliant IPP plan may result in the tender being excluded from the tender evaluation. The successful tenderer’s IPP plan commitments will be included within the contract. The contract for which this tender is being prepared falls within the scope of the IPP. As a mandatory requirement in relation to the IPP, the tenderer is required to provide with its tender a detailed “IPP (Tailored) Plan” in the form and including the information indicated in the IPP (Tailored) Plan Template provided with the tender documents. Each tenderer should submit its detailed IPP (Tailored) Plan with its tender but as a separate document. There are additional requirements including notifying local suppliers of those opportunities. Failure to submit an IPP plan or submitting a non-compliant IPP plan may result in the tender being excluded from the tender evaluation. The successful tenderer’s IPP plan commitments will be included within the contract. Evaluation IPP plans will be received by the Principal with the tender submission. The Office of the Industry Advocate (OIA) will assist the Principal in the assessment of the IPP plans. The assessment criteria may vary depending on the nature of the contract. Reporting Successful tenders will be required to report on the IPP plan commitments as a contractual obligation. Failure by successful tenderers to comply in whole or in part with the IPP plan and the commitment in the IPP plan, may be a factor taken into account in the award of future contracts for the Government of South Australia, and may be considered a breach of contractual agreements. Office of the Industry Advocate All tenderers are encouraged to contact and work with the OIA to complete their IPP plans. The OIA can assist tenderers to prepare the IPP plans by providing capability information on local suppliers, however ownership of each plan and responsibility to deliver against it remain with the tenderer. Office of the Industry Advocate Level 13, 99 Gawler Place Adelaide SA 5000 Tel: Email: Web: 08 8226 8956 oia@sa.gov.au http://www.dpc.sa.gov.au/office-industry-advocate Tenderers are expected to inform themselves about the South Australian Industry Participation Policy and guidance to maximise compliance. The Policy is available at http://www.dpc.sa.gov.au/office-industry-advocate. 1.2.7 Environmental Care If selected, the tenderer will be expected to model appropriate environmental care which involves the conservation of resources and raw material, priority to value-added products and services, energy efficiency, production of multiple use products, use of recycled materials, and reduction of both waste and waste disposal costs. The tenderer is encouraged to factor into the tender products and processes with due regard for environmental considerations and may be requested to provide evidence of environmental management systems and processes. 1.2.8 Work Health and Safety If selected, the tenderer will be required to comply with all relevant laws including without limitation, requirements of the Work Health and Safety Act 2012. The tenderer may be requested to provide evidence of safety management records and systems. 1.2.9 Disclosure of Government Contracts The State will require any contract arising from this procurement process, to include an acknowledgement that the State may disclose and publish the contract in full, and any extract of information about the contract, to interested persons or publicly, in accordance with the State’s policy for the time being in respect of disclosure of government contracts. The State’s current policy is set out in Premier and Cabinet Circular PC027, a copy of which is appended or the text of which can be accessed at http://dpc.sa.gov.au/premierand-cabinet-circulars. 1.2.10 Workforce Participation and Skills Development The State has a policy of ensuring the increased employment of people such as Aboriginal persons*, Trainees and Apprentices*, Local Persons with Barriers to Employment* and the upskilling of people involved on government building and civil construction contracts in South Australia. If any contract arising from this procurement process has a Contract Value* of more than $150,000, the State will require the Contractor to be subject to obligations relating to the employment of people in the Target Group* and the upskilling of people engaged directly in connection with the performance of the contract. The requirements that will apply to the successful tenderer will be determined by the contract value tier that the contract falls within (and whether or not the Contract Duration* is six months or more) and may include a requirement to meet targets and to report on performance. A key requirement for contracts with a value of $5,000,000 or more is that the Contractor must ensure that the number of on-site hours performed by people in the Target Group* (engaged by either the Contractor or its subcontractors) plus the number of hours of upskilling provided to people who have been engaged directly in connection with the performance of the contract (either by the Contractor or its subcontractors) is no less than 15% of the “Total Contract Hours”*. For this purpose, the Total Contract Hours* will generally be calculated using a formula – Refer to clause 18A of GC21 (Edition 1 as amended) General Conditions of Contract which sets out the formula. The Workforce Participation in Government Construction Procurement Implementation Guidelines for Contractors and Contracting Agencies which can be accessed at http://www.dpti.sa.gov.au/wpgcp provides details about how the formula was developed.1 *Refer to Clause 18A of GC21 (Edition 1 as amended) General Conditions of Contract for the definitions of “Contract Duration”, “Contract Value”, “Target Group”, “Total Contract Hours” as well as other capitalised terms used in this clause and not otherwise defined in these Conditions of Tendering. 1.3 INFORMATION ABOUT AUSTRALIAN GOVERNMENT REQUIREMENTS 1.3.1 The Australian Government Building and Construction OHS Accreditation Scheme A successful tenderer must be accredited under the Australian Government Building and Construction OHS Accreditation Scheme (the Scheme) established by the Fair Work (Building Industry) Act 2012 (FWBI Act) when entering into contracts for building work as defined under section 5 of the FWBI Act and maintain accreditation under that Scheme while the building work is being carried out. A successful tenderer must comply with all conditions of Scheme accreditation. 1.3.2 Building Code 2013 The tenderer’s attention is drawn to the Building Code 2013 (Building Code) and the Supporting Guidelines to the Building Code 2013 (Supporting Guidelines). Copies of the Building Code and Supporting Guidelines are available at http://www.fwbc.gov.au/building-code/. By submitting an expression of interest or tender to undertake the work/services the tenderer: (a) 1 will be deemed to have read; and Please note that the description of the target set out in clause 1.2.9 is by way of summary only and does not exhaustively describe all of the obligations related to the target or the contractual requirements arising from the Workforce Participation in Government Construction Procurement policy. Tenderers should ensure that they fully understand the contractual obligations that will apply to the successful tenderer – these are set out in Clause 18A of GC21 (Edition 1 as amended) General Conditions of Contract. Tenderers should also review the Workforce Participation in Government Construction Procurement Policy and the Workforce Participation in Government Construction Procurement Implementation Guidelines for Contractors and Contracting Agencies which can be accessed at http://www.dpti.sa.gov.au/wpgcp. (b) agrees that it must comply with the Building Code. Notwithstanding any other provisions of the tender documents, tenderers hereby consent to the disclosure of information concerning compliance with the Building Code, including details of whether or not a sanction (see Section 8.2 of the Supporting Guidelines) has been imposed. This consent extends to disclosure by the Commonwealth, its agencies and ministers, and disclosure to others for the purposes of facilitating compliance with the Building Code and the exercise of their statutory and portfolio responsibilities. Tenderers must ensure that their proposed subcontractors and consultants are also aware of, and agree to comply with, these rights of use and disclosure. Tenderers should be aware that the Building Code applies to: (c) the project which is the subject of these tender documents; and (d) all construction and building work undertaken by the tenderer and its related entities (see section 8 of the Building Code) thereafter as defined in the Building Code, including work on all new privately funded construction projects in Australia. Tenderers are required to comply with the Building Code. As part of the tender response, tenderers must submit a signed “Declaration of Compliance” in accordance with the Declaration of Compliance which is attached to the tender form and schedules. Part 2 2.1 Tender Submission SUBMISSION 2.1.1 Signature A person or persons authorised to agree to the terms and conditions of the Contract must sign the tender on behalf of the tenderer. The entity that submits the tender must be the same as the entity that will enter into the Contract if successful. 2.1.2 Statutory Declaration Tenderers or, where the tenderer is a corporation, a representative of the tenderer, shall furnish a statutory declaration to demonstrate or attest to whether the tenderer has: (a) entered into any contract, arrangement or understanding to pay any moneys to an association and, if so, the details of the contract, arrangement or understanding; (b) entered directly or indirectly into any contract, arrangement or understanding with any other tenderer, and if so, the details of that contract, arrangement or understanding; (c) entered into any contract, arrangement or understanding with anyone else which, shall or may have the effect of increasing the tender price of all tenderers; and (d) any knowledge of the tender price or cover price or a price which can be used as a cover price of any other tenderer and, if so, the details of that knowledge. 2.1.3 Lodgement of Tender The details for lodgement of the complete tender are as follows. Electronically lodge the tender in the SA Tenders & Contracts Electronic Tender Box at http://www.tenders.sa.gov.au before the time and on the date stated on the cover of these Conditions of Tendering. Written tenders sent by prepaid post in time to be delivered in the ordinary course of mail to the place for lodgement of tenders by the time stated will be considered. A tender received via electronic lodgement will be regarded as full and complete. If tenderers need to modify any part of a group of documents that constitute a tender response, then the whole tender must be re-lodged. In exceptional circumstances the State at its discretion may allow the lodgement of tenders by telephone by the time stated on the cover of these Conditions of Tendering. Tenders sent by facsimile or email will not be considered. 2.1.4 Qualified Tenders Qualified tenders are not permitted. Qualified tenders are those tenders that seek to amend the terms of the Contract. 2.1.5 Late Tenders The time of delivery of late tenders will be recorded at the place stated on the cover of these Conditions of Tendering. The State may at its discretion decline to consider tenders received after the time stated. The State may consider or accept (at the State’s sole discretion) any tender including without limitation a late tender or the tender of a tenderer who has failed to submit a tender in accordance with these Conditions of Tendering. 2.1.6 Informal Tenders The tender must include, as a minimum all information in conformance with the requirements under clause 2.2 Information to be Submitted. Any tender which does not comply with the tender documents may result in the tender being regarded as non-conforming. 2.1.7 Decision not to Submit Tender Tenderers shall advise the Contracting and Procurement office on 8343 2243 as soon as possible after any decision is taken not to submit a tender. 2.1.8 Alternative Proposals The State has developed the design and documents that form the basis of this tender and is satisfied that they are in accordance with the project requirements. Alternative proposals that aim to offer the State improved value in the tendered project through alternative construction and/or site establishment methodology and/or contractor and subcontractor resources and personnel and/or materials, equipment, plant and finishes selection may be offered, but unless submitted with a conforming tender, the alternative proposals will not be considered. Where an alternative proposal is offered, full details of the manner in which the proposal differs from the tender documents and any associated price adjustment shall be provided. 2.1.9 Tender Sum The tender sum must be in Australian currency and a GST inclusive fixed lump sum on the basis that there is no provision by the State in the Contract for adjustment to the Contract Sum due to rise or fall in the cost of wages or materials, or for the payment of customs duty or exchange rate fluctuations on imported plant and materials, or for the payment of any site allowance applicable to the work under the Contract, or for adjustment for GST except as expressly provided in the Contract. The tender sum shall include all provisional sums scheduled in the Preliminaries trade of the specification. 2.1.10 Tender Validity Period Tenders shall remain valid for acceptance for a period of sixty (60) days from the date on which tenders close. 2.2 INFORMATION TO BE SUBMITTED The following, along with the DPTI Building and Construction Project Prequalification System performance score for each tenderer, are the selection criteria and information to be submitted by all tenderers at tender close to allow evaluation by the tender evaluation panel. The selection criteria are not necessarily in order of importance. 2.2.1 Collaboration Demonstrate understanding of the collaborative delivery approach adopted for this project and how the tenderer intends to develop a high performance team culture that delivers outstanding project outcomes. The tender will address: (a) how the tenderer envisages integrating the contractor and subcontractor team into the broader project team; and (b) what the tenderer regards as the challenges in creating and maintaining a culture of high performance and collaboration and the strategy for contributing to that culture. 2.2.2 Team Explain the experience and availability of the nominated team members. The tender will include: (a) nomination of proposed key team personnel including their experience curriculum vitae and referees, with the information provided based on details of similar completed projects; (b) an indication of the role and contribution of each nominated key team member; (c) an organisation chart for the Contractor team; and (d) the availability of key team members and the extent and duration of involvement on the project; 2.2.3 Program Describe the approach to achieving outstanding results in the management of time. The tender will include: (a) a description of how the tenderer will ensure that the imperative completion date of 31 December 2012 is achieved; (b) details of ability to work in close proximity to occupied premises with examples of successful projects, with client names and contact details for reference; (c) summary of activities that are critical through the project stages; and (d) a draft program with major milestones. The Principal prefers that the completion date be brought forward. The Contractor may consider fast tracking of activities, undertaking early works packages as detail design becomes available and/or extended shifts and additional shifts. The tender will address: (a) details of the approach to achievement of early Completion. 2.2.4 Budget Describe the approach to achieving outstanding results in management of the construction budget. The tender will include: (a) an outline of systems and approach to cost management and reporting; include how the tenderer intends to integrate with the effort of the cost manager; (b) track record in achieving outstanding cost performance on projects whilst maintaining quality objectives; indicate involvement of nominated team members in specific examples of innovation with client names and contact details for reference; (c) strategy and approach for achieving maximum value for the capital cost, for achieving significant savings in recurrent costs and for participating in growing the equipment budget by savings and/or other funding sources; and (d) details of ability to obtain the maximum value from subcontractors and give examples, comment on any proposed incentive arrangement that the tenderer thinks we may consider in involving sub contractor early in the design process. 2.2.5 Risk Management Describe the approach to the management of the risks. The tender will include: (a) approach to the identification of major risks and opportunities and an outline of the methodology for risk mitigation; (b) preliminary assessment of risks and opportunities relating to the project. 2.2.6 Management Systems Describe the approach to general management. The tender will include: (a) WH&S Policy and sample of WH&S Plan, (b) WH&S Statistics for last 2 years; (c) overview of Quality Management System; (d) overview of Environmental Management Plan and associated processes; 2.2.7 General Your tender must include: (a) Statutory Declaration in accordance with Clause 2.1.2. (b) 2 If the Contract Value* is more than $150,000, tenderers are required to submit with their tender a declaration that if successful, the tenderer will comply with the applicable contractual requirements arising from the Workforce Participation in Government Construction Procurement policy. The declaration is included in the Tender Form. In addition, if the Contract Value* is $5,000,000 or more (and the Contract Duration* is six months or more), the tenderer must: (i) 2 where it considers that the formula used to calculate the Total Project Hours* (set out in the definition of Total Project Hours in Clause 18A of GC21 (Edition 1 as amended) General Conditions of Contract does not produce a result that reflects the total number of on-site labour hours likely to be * Refer to Clause 18A of GC21 (Edition 1 as amended) General Conditions of Contract for definitions of ‘Contract Duration’, Contract Value’ and ‘Total Project Hours’ and for a description of the 15% target. required to execute the work under the contract, submit an alternative proposed calculation, together with supporting information; (ii) demonstrate a commitment to meet the 15% target (set out in clause 18A of GC21 (Edition 1 as amended) General Conditions of Contract including by setting out the high level plans and strategies it intends to adopt to achieve the target; and (iii) provide information and evidence supporting a demonstrated ability by the tenderer to deliver and implement the contractual requirements arising from the Workforce Participation in Government Construction Procurement policy, including (if applicable) details of the tenderer’s performance against the 15% target (or similar targets) on other contracts, together with details of any extenuating circumstances which affected the achievement of the target. Failure to provide sufficient information or evidence of these requirements may result in the tender not being considered. (c) An IPP plan submitted in accordance with clause 1.2.6 of these Conditions of Tendering. If a Tenderer fails to comply with a requirement set out in the tender documents relating to the South Australian Industry Participation Policy, the Policy requires that the tender cannot be accepted. Failure to comply with the tender requirements may result in the tender not being considered. (d) A statement by the tenderer on: A whether the tenderer or a related entity of the tenderer has ever been subject to a sanction imposed under the Building Code and Supporting Guidelines B whether the tenderer has had an adverse Court or Tribunal decision (not including decisions under appeal) for a breach of workplace relations law, work health and safety law, or workers’ compensation law and the tenderer has not fully complied, or is not fully complying, with the order C whether the tenderer has had any adverse court, tribunal, industrial relations commission or Fair Work Australia finding, order or penalty awarded against them in the last two years (and if so provide details) D how the tenderer and its related entities have complied with the Building Code in the past (if the tenderer has undertaken Australian Government funded construction work in the past) E how the tenderer intends to comply with the Building Code in performing the Contract, should it be the successful tenderer; and F where the tenderer proposes to subcontract an element of the Contract, either: G (e) (i) the information detailed in the above subclauses A and B in relation to each subcontractor, or (ii) how the tenderer intends to ensure each subcontractor complies with the Building Code. where the tenderer has an enterprise agreement made under the Fair Work Act on or after 1 February 2013, the tenderer must confirm that the agreement includes genuine dispute resolution procedures. Declaration of Compliance with the Building Code 2013 and Supporting Guidelines (attached to the tender form and schedules). (f) Comment on the merits of the State implementing an incentive scheme to support excellent time performance on the project. 2.2.8 Other (a) Any other relevant information the tenderer considers will assist the tender evaluation panel in its evaluation. 2.2.9 Price Your tender will include the Tender Form and Statutory Declaration completed in full including: (a) fixed lump sum Pre-construction Services Management Fee as defined in the Contract; (b) indicative lump sum Construction Services Management Fee as defined in the Contract; and (c) fixed Preliminaries Fee and Preliminaries Schedule. Part 3 3.1 Evaluation of Tenders EVALUATION 3.1.1 Short Listing Any short listing of tenderers, or notification to a tenderer that the tenderer is the preferred tenderer will only constitute an invitation to participate in negotiations, not an acceptance of the tender. 3.1.2 Tender Evaluation Panel The evaluation panel, generally including but not necessarily limited to representatives from DPTI, Name Project Lead Agency and the professional service contractors will conduct an evaluation of tenders received and make recommendations for the awarding of the contract. 3.1.3 Evaluation Process The evaluation process and selection criteria have been developed to ensure there is confidence that the Contractor most capable of meeting the project objectives, delivering the project within the specified time and available budget and working collaboratively is recommended as the preferred tenderer. Overview of Selection Process and Indicative Timetable Issue Tender documents (21 September) Clarification Interview (All Tenderers) (6-8 October) Select Initially Preferred Tenderer Briefing and Site Visit (24 September) Tender Assessment Shortlist Tenderers (2) Commercial Workshop (21 October) Tender Recommendation Submission of Tenders (2 October) Selection Workshops (13 - 15 October) The evaluation process set out in the DPTI guide note ‘Value Selection of Construction Tenders (G13) (which can be downloaded from the Building Project Information Management System (BPIMS) Project Library) will be used by the tender evaluation panel. Initially the tender evaluation panel will determine that: (a) the tenderer is registered in the required prequalification category; (b) the tenderer has complied with the requirements set out in the tender documents relating to the South Australian Industry Participation Policy; (c) there is evidence that the tenderer is accredited under the Australian Government Building and Construction OHS Accreditation Scheme; (d) the tenderer has submitted the Declaration of Compliance with the Building Code 2013; (e) the tender conforms with Statutory Declaration requirements; (f) there has been compliance with the Code of Practice; and (g) a fully completed, correct tender form has been submitted. The price shall be the conforming tender submitted by the tenderer. Sub-criteria for price are generally tender sum (scored lowest to highest) and price risk (scored relative to a price benchmark). Tenderers are advised that relative weighting of Price, Performance and Non-Price is as follows: (i) Non-Price: up to xx% (ii) Performance (DPTI prequalification score): up to xx% The Prequalification System Registrar will provide the tenderer’s Prequalification System performance score for the specified category to the Tender Evaluation Panel. DPTI maintains a database in support of the Prequalification System. The data base records the scores of performance reports submitted by contractors at the time of application for registration and performance reports prepared by DPTI three months after practical completion of DPTI projects. The data base supports preparation of a report indicating the current average of performance scores, out of 10, for all projects completed less than four (4) years prior to the last date of application for registration, and since, up to the date of tender close. The score will only include projects for the specified category of the tendered project. If the Prequalification System average score in the category is less than 5 (unsatisfactory) a score of 0 will be used in the matrix. (iii) South Australian Industry Participation Policy Requirements: 5% Compliance with the IPP requirements, including assessment of an IPP plan will be evaluated with the assistance of the Office of the Industry Advocate (OIA). Consideration may also be given to the tenderer’s compliance, in whole or in part, with the IPP requirements and any relevant IPP plan in relation to previous contracts for the Government of South Australia. If clause Error! Reference source not found. states that completion of an IPP plan is voluntary, tenderers that do not submit a compliant plan will receive zero for this criterion. (iv) Price: up to xx% to a maximum of 100%. The first step in the tender evaluation process will be to provide each compliant tenderer an opportunity to present its tender to the evaluation panel. The panel will then evaluate in detail the submitted tenders against the non-price criteria stated in the Conditions of Tendering with the separately submitted tender price and preliminaries schedule being unknown to the panel. Note that the DPTI Prequalification System Registrar will provide each tenderer’s DPTI Prequalification System performance score to the evaluation panel. At the conclusion of the evaluation of non-price criteria, the price and preliminaries schedule will be considered to determine the two (2) tenderers considered to be offering best value. Each of the two short-listed tenderers will be invited to participate in a selection workshop The purpose of the workshop is to make further assessment of the capabilities of the combined team in regard to the selection criteria and to commence the process of building a collaborative approach and team commitment to the project. The workshops will be with key personnel selected from the entire project team. Following the workshops, the evaluation panel will determine the initially preferred tenderer to be invited to participate in a commercial workshop to discuss and agree: A tender qualifications; B contract conditions; C innovation and possible incentive arrangements; and D commercial aspects. If the negotiation with the initially preferred tenderer is not successful, negotiation will commence with the tenderer ranked second. While acknowledging that value for money is the core principle underpinning decisions on Government procurement, tenderers should note that when assessing tenders, preference may be given to Tenders that demonstrate a commitment to: adding and/or retaining trainees and apprentices; increasing the participation of women in all aspects of the industry; or promoting employment and training opportunities for Indigenous Australians in regions where significant indigenous populations exist. At the conclusion of the evaluation process the tender evaluation panel will recommend the preferred tenderer for acceptance. The proposed timetable for the selection process is below. The tender evaluation panel will use its best endeavours to maintain this timetable but the Principal reserves the right to amend, change and alter the timetable or sequence of events without notice to the tenderers. Task Date Issue Tender Documents 21 September 2009 Tender Briefing 24 September 2009 Submission of Tenders 2 October 2009 Clarification Interviews 6 – 8 October 2009 Tender Review and Shortlist 9 October 2009 2 x Selection Workshops 13 - 15 October 2009 Select Preferred Tenderer 16 October 2009 Task Date Commercial Workshop with Preferred Tenderer 21 October 2009 Recommendation/Approvals 23 October 2009 Contract award 23 November 2009 3.1.4 Alternative Proposals Evaluation The acceptance of any alternative proposal may change the relativity of tenders, therefore all alternative proposals submitted by tenderers will be evaluated as part of the tender evaluation process to determine the preferred tenderer. Generally the alternative proposals listed below will not be considered by the tender selection panel: (a) alternatives that are inconsistent with the lead agency brief and objectives for the project; (b) alternatives with insufficient detail resulting in the tender selection panel being unable to make an assessment without further reference to the tenderer; (c) alternatives that are not priced; and (d) alternatives priced with qualification. At the conclusion of the assessment of alternative proposals, the tender selection panel will agree those that represent value to the State and are acceptable. The price adjustment for acceptable alternative proposals will be factored into the relevant tender price to produce a revised tender price, which will be used in the process of tender evaluation. 3.1.5 State’s Alternative Proposals At the completion of the assessment of alternative proposals and the evaluation of tenders to determine a preferred tender, the State may request the preferred tenderer to price the State’s alternative proposals. The preferred tenderer will provide sufficient detail and a price without qualification such that the State is able to make a decision to implement or otherwise the State’s alternative proposal. 3.1.6 Acceptance of Tender The State is not bound to accept the lowest or any tender. A tender shall not be deemed to have been accepted unless and until notice in writing of acceptance of the tender is received by the tenderer or is delivered to the address of the tenderer stated on the Tender Form. Unless a Contract Agreement is executed by the Parties the agreement in writing between the Parties for execution of work under Contract including documents or parts of documents to which reference may properly be made to ascertain the rights and obligations of the Parties, shall evidence the Contract. In accordance with Clause 7 of the GC21 (Edition 1 as amended) General Conditions of Contract, a Deed of Contract Agreement is required. Should the successful tenderer be a corporation, the Deed of Contract Agreement shall be executed under seal. Part 4 Process Conditions 4.1 GENERAL 4.1.1 Probity The tenderer must observe the following requirements of the tender process and will: (a) declare any actual or potential conflict of interest, or any basis upon which there might be a public perception of a conflict of interest or public controversy in relation to its potential involvement in the provision of services to the State; (b) not seek to employ or engage the services of any person who has a duty to the State as an adviser, consultant or employee in relation to this process; (c) not collude with any tenderer or potential tenderer; (d) comply with all laws in force in South Australia applicable to the process; (e) disclose whether acting as agent, nominee or jointly with another person and disclose the identity of the other person; (f) not offer any incentive to, or otherwise attempt to influence, any employee of the State or any member of an evaluation committee at any time; and (g) not make any news releases or responses to media enquiries and questions pertaining to this process without the State’s written approval. If the tenderer acts contrary to these expectations, the State reserves the right (regardless of any subsequent dealings) to: (i) terminate negotiations; (ii) terminate consideration of the tender; and (iii) terminate any contract between the tenderer and the State in relation to the project without any obligation on the State to make any payment to the tenderer. 4.1.2 Reservation of Rights The State reserves the right, in its absolute discretion, to: (a) invite any person or entity to submit a tender; (b) extend the tender closing date; (c) vary the request for tender at any time; (d) vary the evaluation and selection process, including the structure or timing of the selection process or the basis upon which tenders are required, evaluation or accepted, provided the change is not unfair to tenderers; (e) terminate further participation in the process by any tenderer; (f) consider a tender submitted other than in accordance with these Conditions of Tendering; (g) consider an incomplete tender; (h) abandon this invitation process at any time; (i) clarify any aspect of a tender after the closing date; (j) seek the advice of external consultants to assist the State in the evaluation or review of tenders; (k) make enquiries of any person or entity to obtain information about the tenderer and its tender; (l) seek information from any tenderer; (m) allow a tenderer to clarify, alter, amend, add to or change its tender after the closing date; (n) following evaluation of tenders, invite revised tenders from one or more tenderers; (o) following evaluation of tenders, negotiate with a tenderer; (p) enter into negotiations with any other person or entity who is not a tenderer; (q) discontinue negotiations at any time with any tenderer; and (r) propose revised or replacement contract terms at any stage in this procurement process in substitution for, or in addition to, the terms and conditions included. 4.1.3 State’s Expectations The State expects that: (a) a tenderer has the necessary skills, knowledge and experience to comply with the Statement of Requirements and/or Specifications; (b) a tenderer has fully informed itself of all facts and conditions relating to this process and the Statement of Requirements and/or Specifications; and (c) all prices submitted will be fixed (unless otherwise specifically indicated). 4.1.4 Tenderers’ Expectations Tenderers can expect that the State will: (a) preserve the confidentiality of confidential information (subject to clause 4.1.5 concerning confidentiality); (b) afford every tenderer the opportunity to compete fairly; (c) subject to the State’s right to terminate this process, consider a tender which is submitted in accordance with these Rules by a tenderer who has: 4.1.5 (i) complied with the State’s expectations as to probity; (ii) provided the information required in this stage of the process as set out in this Invitation; and (iii) co-operated with tender rules. Confidentiality A tenderer and the State may disclose information to any consultant engaged by the tenderer or the State for the purpose of this process if the consultant is required to preserve the confidentiality of that information. Information supplied by or on behalf of the State is confidential to the State and a tenderer must maintain its confidentiality. The State understands the need to keep commercial matters confidential in appropriate circumstances, but may disclose some or all of the contents of a tender if required to do so by a constitutional convention or in order that the relevant Minister may discharge their duties and obligations to Parliament and the State. Any condition in a tender that purports to prohibit or restrict the State’s right to make such disclosures cannot be accepted. 4.1.6 Copyright Copyright in these Conditions of Tendering is owned by the Minister for Transport and Infrastructure. By submitting a tender, each tenderer grants to the State the license to reproduce (in whole or in part) any part of its tender regardless of any copyright or other intellectual property right that may exist in its tender. 4.1.7 Warning – State Supplied Information The State makes no promise or representation and does not warrant that any factual information supplied in or in connection with this process is accurate. Information is provided in good faith. Tenderers may request the Contact Person to address the degree of accuracy that can be expected of particular items of information. Any such request should: (a) be made no later than one week before the tender closing date. (b) specify the item of information of particular interest (c) explain why a level of accuracy in that information is material to the tenderer’s decision to submit a tender; and (d) explain what level of accuracy would assist in the tenderer’s decision On receiving such a request the State will determine in its absolute discretion if and to what extent it will assure any level of accuracy of the identified information or provide any requested additional information. 4.1.8 Warning – Third Party Supplied Information The State does not warrant the truth or accuracy of material (source material) that is expressed to be provided by a third party. Accordingly, tenderers should independently verify third party provided source material and rely only upon their own opinions interpretation or conclusions based on source material. 4.1.9 Cost of Preparation of Tenders Tenderers are responsible for the cost of preparing and submitting a tender and all other costs arising out of the process. <#GBC_CONTRACT.CONTRACT_NAME> CONTRACT NO: <#GBC_TENDER.CONTRACT_NO> Tender Volume 2 PRINCIPAL’S PROJECT REQUIREMENTS Page 1 of 1 <#PROJECT.PROJECT_NAME> Part 5 Project Brief 5.1 BACKGROUND 5.2 LEAD AGENCY 5.3 PROJECT TEAM The current Project Team members are listed below. Lead Agency/Project Director End User Project Risk Manager DPTI Lead Professional Service Contractor Building Services Engineer Civil/Structural Engineer Cost Manager Building Certifier 5.4 SITE AND NEIGHBOURS 5.5 PROJECT OBJECTIVES AND SCOPE 5.6 PROJECT OVERVIEW 5.6.1 Design Philosophy 5.6.2 Functionality and Schedule of Accommodation 5.6.3 Furniture, Fittings and Equipment 5.6.4 Associated works 5.6.5 Current Status of Design and Documentation 5.6.6 Assumed construction strategy 5.6.7 Operating Environment 5.6.8 Construction Program 5.7 PROJECT BUDGET Page 1 of 3 <#PROJECT.PROJECT_NAME> The project budget has been established at $40m on completion in June 2009. An overview is provided below. Note that allowances for management fees and preliminaries are included. Element Budget ($) Building Work 00 000 Siteworks (external works and external services) 00 000 Furniture, Fittings and Equipment 00 000 Other 00 000 Design and construction contingency 00 000 Principal’s contingency 00 000 Incentive 00 000 _______ Target Construction Sum $00 000 Furniture, Fittings and Equipment 00 000 Professional fees fund 00 000 Other ( 00 000 _______ Total Project Budget $00 000 An elemental cost plan in support of the budget has been prepared and the current plan, based on early schematic design, is included in this document. It is anticipated that at the time of tendering major subcontracts, there will be discussion and agreement on the requirement to prepare Bills of Quantities for key trades. 5.8 PROJECT DELIVERY OBJECTIVES The SA Government through the project Steering Committee Executive Leadership Team has made a commitment to achieve best practice on this landmark project. All members of the project team will make a similar commitment to achieve outstanding results in all aspects of design, documentation, construction and delivery of the project. The successful contractor will be closely involved in the further development of the project objectives which are as follows: Budget The highest quality project that meets or exceeds the functional brief and stakeholder expectations will be completed within the available budget. Operating costs over the life cycle of the redeveloped facilities will be optimised. Quality The project will be seen as a significant South Australian architectural and construction achievement with outstanding design and detailing. Program The facilities are to be completed in June 2014. Public Interest and Professional Recognition The project will receive a high level of local and national public interest and recognition for excellence from library services and building industry organisations. Safety Project safety will exceed industry standards. Industrial relations Excellent workplace relations will reflect a positive culture of work. Environment Construction activity will have minimal effect on the environment, the neighbours and their operations. 5.9 APPENDIX A - PRELIMINARY DESIGN Location Plan Level 1 Floor Plan Level 2 Floor Plan Level 3 Lighting Gallery Longitudinal & Cross Sections <#GBC_CONTRACT.CONTRACT_NAME> CONTRACT NO: <#GBC_TENDER.CONTRACT_NO> Tender Volume 3 DRAWINGS Page 1 of 1 <#PROJECT.PROJECT_NAME>