Simple keyword search and advanced search
close
or

FORESTRY CORPORATION OF NSW HAULAGE and LOADING SOFTWOOD PLANTATIONS BOMBALA MANAGEMENT AREA - FCNSW1806

RFT ID FCNSW1806
RFT Type Request for Proposals
Published 19-Apr-2018
Closes 18-May-2018 5:00pm
Category Forestry
Agency NSW Department of Primary Industries


Contact Person
Steve Barrett
Phone: 02 6981 4123
Mobile: 0429 394 939
Steve.Barrett@fcnsw.com.au

Tender Details

 

 

Parcel 1 (BH1)

 

Haulage Quantity      8.24 million tonne kilometres                                      

Term:                          Four (4) years

 

Parcel 2 (BL2)

Loading Quantity     115,000 tonnes

Term:                         Four (4) years

 

Location: Bombala NSW.

             

Nature of Work: The awarded contracts for services will undertake the haulage and/or loading of log products from FCNSW plantations to major industrial timber processing companies to support medium to long term timber supply agreements.                            

 

 

Location

NSW Regions: Southern Highlands

RFT Type

Request for Proposals - An invitation for expressions of interest / seeking preliminary proposals. In many cases these may be used as a basis for shortlisting tenderers, along with other criteria such as expertise and experience. Prospective tenderers are initially evaluated for their proposal against the relevant selection criteria. A number of those who best meet the criteria are invited to tender. For complex or some other types of procurement, where the product or service outcomes are highly dependent on the content of the proposals received from Tenderers, the outcome may be negotiated.

Additional Details / Instructions

 

This RFP aims to procure contract haulage and/or services for commencement on 1 July 2018.

 

 

 

The purpose of this RFP is to provide information regarding the offer, detail the process and invite suitably qualified parties to submit proposals via this Request for Proposal.

 

 

 

The offers are outlined below:

 

 

 

Bombala Haul (BH1)

Bombala Management Area

Annual Quantity

8,400,000 tkms

Average Weighted Lead Distance

67.2 km

Indicative tonnes/annum

135,000

Term

4 years

 

 

 

Bombala Load (BL2)

Bombala Management Area

Annual Quantity

115,000 Tonnes

Term

4 years

 

Address for Lodgement

Email; tenders@fcnsw.com.au

or

TendersNSW E-Tender site; https://tenders.nsw.gov.au

Conditions for Participation

 

Conditions for Participation (up to 2 paragraph):

Safety Management and Environmental Management

Proponents are required to demonstrate that their company manages safety and environmental outcomes to meet legal and industry standards by providing a summary of the structure and components of their company Work, Health and Safety management system (SMS) and Environmental Management System (EMS) or an equivalent quality assurance system for environmental performance.

It is expected that the SMS will comply with the Work Health and Safety Act 2011, Work Health and Safety Regulation 2011 and relevant codes of practice including the Code of Practice - Safety in Forest Harvesting Operations 2014, and as a minimum include the details set out in the Safe Work Australia Forestry Operations Guidance material. “PDF’s are downloadable from the Safe Work Australia link below: 

https://www.safeworkaustralia.gov.au/doc/forestry-operations-guidance-material

The SMS must also recognise the extent to which the haulage and loading services are undertaken to meet the requirements of the Heavy Vehicle National Law (HVNL) as it relates to Chain of Responsibility obligations.

It is expected that the EMS or quality assurance system for environmental performance will demonstrate that the Proponents business has procedures in place to ensure that haulage services are carried out in compliance with relevant legislation including the Plantation Re-Afforestation Act and best practice industry guidelines for haulage.

Shortlisted parties will be subject to a detailed 3rd party audit of their SMS and environmental systems to assess the adequacy of the Proponent’s management of safety, Chain of Responsibility and environmental obligations. Proponents should be prepared to provide electronic copies of all or parts of their SMS and EMS or equivalent in order to demonstrate the adequacy of their systems.

 

Financial

Proponents are required to demonstrate solvency and a financial capacity to undertake the nominated work within their proposed limits of their Proposal. Shortlisted proponents will be required to provide information including their last set of full financial accounts to a third party financial assessor nominated by FCNSW. FCNSW may seek to meet with the Proponent following completion of the financial assessment to discuss any issues that may arise.

Operational

Proponents are required to:

-          provide a detailed description of the proposed haulage and/or loading systems for the quantity of work being proposed for; and

-          show adequate log haulage, loading and/or contracting experience, including demonstrated management capacity to coordinate work to industry standards or alternatively submit a convincing plan that outlines how the proponent intends to transition into log haulage and or loading contracting.

-          Comply with the operational constraints outlined in the Forest Practises Code: Timber harvesting in Forests NSW Plantations available online at:

http://www.forestrycorporation.com.au/about/pubs

 

Mandatory Equipment and Requirements

A list of Mandatory Equipment for haulage and loading is set out in Attachment Two of the RFP. The Proposal should specify what Mandatory Equipment will be implemented by the target commencement date.

A mandatory requirement of this RFP is that the Proponent’s entire fleet must be accredited for the duration of the Term by the National Heavy Vehicle Accreditation Scheme (NHVAS) to operate at Concessional Mass Limits (CML).

 

 

Estimated Timeframe for Delivery

 

Open RFP process 20 February 2018

 

Close of Proposal submissions     18 May 2018

 

Evaluation and short listing of Proposals21 May 2018 to 25 May 2018

 

Awarding of Contract(s)      After 2 June 2018

Commencement of Contract(s)     01 July 2018


Multi Agency Access

No