Simple keyword search and advanced search
close
or

Forestry Corporation of NSW Harvest Softwood Plantations Bathurst Management Area - FCNSW1909

RFT ID FCNSW1909
RFT Type Request for Proposals
Published 2-Aug-2019
Closes 13-Sep-2019 5:00pm
Category Forestry
Agency NSW Department of Primary Industries


Contact Person
Jack Cotterill
Phone: 0427 262 620
Jack.cotterill@fcnsw.com.au

Tender Details

 

Harvest Quantity      360,000 tonnes

                                    

Term   Harvesting:                 Four (4 + 2) years for majority of parcels.

 

Location: Bathurst NSW.

             

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

 

 

Location

NSW Regions: Central West

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 harvesting services for commencement on 2nd March 2020, or as otherwise agreed.

 

 

 

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 offer is outlined below:

 

 

 

Harvest

Bathurst Management Area

Indicative Annual Quantity

360,000 tonnes

Parcels 1 – 4 Term

4 + 2 years

Parcel 5 - Short Term

1st March 2020 to 1st October 2021

 

Address for Lodgement

(Electronic only)

Email; tenders@fcnsw.com.au

or

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

Conditions for Participation

 

Safety Management

 

Proponents are required to provide independent certification in the form of a written statement from an appropriately qualified person (i.e. someone with safety audit qualifications) that their company has a current WHS management system that complies with the WHS Act 2011, WHS Regulation 2017 and Code of Practice 2014, and as a minimum includes the details set out in the Safe Work Australia “General Guide for Managing Risk in Forest Operations” and “Guide to Managing Risks of Plant and Equipment for Forest Operations

 

 

 

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 recognize the extent to which the harvesting services are undertaken to meet the requirements of the Heavy Vehicle National Law (HVNL) as it relates to Chain of Responsibility obligations.

 

 

 

Environmental

 

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 harvesting services are carried out in compliance with relevant legislation including the Plantation Re-afforestation Act 1999 and Regulation 2001; and best practice industry guidelines for harvesting.

 

 

 

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 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 Proposal limits. For this purpose, if requested, each proponent will be required to provide information to a third party financial assessor, as nominated by FCNSW.

 

Consent may be sought by the proponent to commence this assessment prior to the close of the RFP. To commence this assessment, proponents must provide the contact officer with a completed Proposal Form 1.

 

Proposals that represent an unacceptable financial risk to FCNSW will be rejected.

 

Operational

 

  • provide a detailed description of the proposed harvesting systems for the quantity of work being proposed for; and

  • show adequate log harvesting and 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 harvesting and loading contracting.

  • Comply with the operational constraints outlined in the Forest Practises Code: Timber harvesting in Forests NSW Plantations – Forest Practices Code Part 1 available online at:

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

Proposals that represent an unacceptable operational risk to FCNSW will be rejected.

Estimated Timeframe for Delivery

 

Open RFP process 2nd August 2019

 

Close of Proposal submissions     13th September 2019

 

Evaluation and short listing of Proposals18th October 2019

 

Awarding of Contract(s)      After 1st November 2019

Commencement of Contract(s)     2nd March 2020 or as otherwise agreed


Multi Agency Access

No