Conditions of Tendering - Department of Planning, Transport and

advertisement
<#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>
Download