Simple keyword search and advanced search
close
or

WSROC / Provision of Cleaning Services - 2014/15-NCW 10

RFT ID 2014/15-NCW 10
RFT Type Open Tenders
Published 5-May-2015
Closes 27-May-2015 5:00pm
Category Industrial Cleaning Services
Agency Blue Mountains City Council


Contact Person
Paul Brinkman
Phone: (02) 4780 5000
pbrinkman@bmcc.nsw.gov.au

Tender Details

Provision of Cleaning Services for Blue Mountains Cultural Centre and Blue Mountains Theatre & Community Hub Facilities.

1. Blue Mountains Cultural Centre, 31 Parke Street, Katoomba.

Blue Mountains Cultural Centre is a multi-purpose complex that includes a World Heritage museum, public art gallery, meeting rooms, public lounge, café, shop, courtyards and public toilets. Since opening in 2012 over 100,000 visitors per year have utilised the Cultural Centre spaces. 

The Cultural Centre is open 7-days per week and is recognised as an important community and cultural meeting place in the Upper Blue Mountains. 

The successful cleansing contractor will require flexibility - to work on an ‘as needs’ basis when quick turnaround cleansing is required between events or prior to exhibition openings.

2. Blue Mountains Theatre & Community Hub – Macquarie Street Springwood

Blue Mountains Theatre and Community Hub is a multi-purpose facility that can house diverse activities in various sized spaces. The complex includes a variety of meeting rooms, kitchen areas, office spaces, public areas, public toilets and a community theatre space that can accommodate up to 430 people.  The three level complex is co-located with the Springwood branch library however the library is not included in this cleansing contract.  

The successful cleansing contractor will require flexibility - to work on an ‘as needs’ basis when quick turnaround cleansing is required between events. Typically hours of work will be regular office hours however there will be the requirement to work Saturdays and some Sundays for matinee performances and other events.

Location

NSW Regions: Far North Coast, Mid North Coast, New England, Central Coast, Hunter, Cumberland/Prospect, Nepean, Northern Sydney, Inner West, South East Sydney, South West Sydney, Central West, Orana/Far West, Riverina/Murray, Illawarra, Southern Highlands

RFT Type

Open Tenders - An invitation to tender by public advertisement with no restriction placed on who may tender. Tenderers will normally be required to demonstrate in their tender that they have the necessary skills, resources, experience, financial capacity, and in some cases licences, accreditations, etc., to fulfil the tender requirements.

Additional Details / Instructions

Tenders must be accessed and lodged online at http://360prop3.apetsoftware.com.au/Public/BMCCPro3/PublicJobs.aspx  (“Electronic Tender Box)

Address for Lodgement

http://360prop3.apetsoftware.com.au/Public/BMCCPro3/PublicJobs.aspx

Conditions for Participation

The Conditions for Participation are minimum standards that Council expect Tenderers to meet for their Tenders to be considered.

Without limiting clause 4.3 of Part B of the RFT, Council reserves the right to exclude from the Tender Process, any Tenderer that fails to meet Conditions for Participation.

The Tenderer must be solvent at all times during the Tender Process.

The Tenderer must commit to being socially responsible and strive to be a good corporate citizen.

Tenderers should refer in the  Tender Responses to their responsibilities as set out under the Work Health and Safety Act 2011, the Work Health and Safety Regulations 2011, the Workers Compensation Act 1987, the Workplace Injury Management and Workers Compensation Act 1998 and Workers Compensation Regulation 2010.

a)              The Council has provided a Contract/Tender Risk Management System Questionnaire at Attachment 1 for completion.

b)              Tenderers who do not have the relevant documentation/systems may be assisted by Council who will require tenderers to ensure that any Policies or Procedures required by this tender meet Councils existing Policies as a minimum;

c)              Council has identified the following key risks/hazards as part of this contract:

·          Working in Isolation

·          Working Out of Normal Business Hours

·          Chemical Use & Storage

·          Manual Handling

·          Working at Heights

·          Slips, Trips and Falls

·          Hygiene Protection related to working in Public Facilities

·          Dealing with the Public;

d)              As requested, Tenderers should identify any other risks relative to WHS Requirements that they believe are relevant to this contract within their responses.  

     The Tenderer unless specifying a breach, warrants that it has not within 5 years prior to submitting a Tender, been found to have breached any Act or Regulation which breach might be considered contrary to the values set out in clause 7.1.4 above. Such Acts include, without limitation:

a.     Fair Work Act 2009 (Cth)

b.     Industrial Relations Act 1996 (NSW)

c.     Work Health & Safety Act 2011 (NSW)

d.     Work Health & Safety Regulation 2011 (NSW)

e.     Workplace Injury Management & Workers Compensation Act 1998 (NSW)

f.      Equal Opportunity for Women in the Workplace Act 1999 (Cth)

g.     Disability Discrimination Act 1992 (Cth)

h.     Australian Human Rights Commission Act 1986 (Cth)

i.      Racial Discrimination Act 1975 (Cth)

j.      Sex Discrimination Act 1984 (Cth)

k.     Age Discrimination Act 2004 (Cth)

l.      Anti-Discrimination Act 1977 (NSW).

The Tenderer warrants that it has the necessary Public Liability, Workers Compensation and Professional Indemnity Insurances as requested in Part E, Draft Contract Terms and Conditions, Clause 7.


Multi Agency Access

No