Simple keyword search and advanced search
close
or

WSROC / Provision of Concrete Crushing Services - 05FY11

RFT ID 05FY11
RFT Type Open Tenders
Published 7-Dec-2010
Closes 28-Jan-2011 2:00pm
Category Crushing machinery
Agency Fairfield City Council


Contact Person
Michael Doggett
Phone: 02-97250737
mdoggett@fairfiledcity.nsw.gov.au

Tender Details

1.1.1                Council is seeking to appoint a Contractor to undertake the crushing of fused concrete and asphaltic concrete/base at Councils Sustainable Resource Centre, located at Hassall St, Wetherill Park.

1.1.2                Requirements include the crushing of separated stockpiles of used concrete and asphaltic concrete, to the desired particle grading with maximum nominal aggregate size and acceptable maximum contaminant level, as set out in the specification.

1.1.3                By this Request for Tender (RFT) Fairfield City Council seeks to procure services from organisations, under the circumstance described above, and as outlined in Part D Statement of Requirement, on the terms of the Standing Offer Deed, for a term of up to two (2) years.

Location

NSW Regions: Sydney

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.

RFT Preview Document(s)


Additional Details / Instructions

1.1.1              The Conditions for Participation are mandatory requirements, which describe minimum standards that providers must meet for their submissions to be considered. If potential providers do not meet the Conditions of Participation, they will be excluded from the remainder of the Tender process.

1.1.2                The Conditions for Participations are:

a)            The Tenderer and subcontractors must not be bankrupt or insolvent.

b)            The Tenderer and subcontractors must not have had significant deficiencies in performance of any substantive requirement or obligation under a prior contract of like nature.

c)             The Tenderer warrants that it has not, within 3 years prior to submitting a Tender, been found guilty of breaching any Act or Regulation which breach might be considered contrary to the values and principles of good corporate citizenship. Such Acts include, without limitation; Workplace Relations Act 1996 (Cth), Industrial Relations Act 1996 (NSW), Occupational Health & Safety Act 2000 (NSW), Workplace Injury Management & Workers Compensation Act 1998 (NSW), Equal Opportunity for Women in the Workplace Act 1999, Disability Discrimination Act 1992 (Cth), Human Rights (Sexual Conduct) Act 1994 (Cth), Racial Discrimination Act 1975 (Cth), Sex Discrimination Act 1984 (Cth), Age Discrimination Act 2004 (Cth), Anti-Discrimination Act 1977 (NSW), Disability Services Act 1986 (Cth).

d)            Council’s policy is to engage in the highest standards of ethical behaviour and fair dealing. Council requires the same standards from those with whom it contracts. Tenderers acknowledge Council’s Statement of Business Ethics (attached), as adopted by Council in accordance with the Local Government Act 1993 (NSW). The tenderer acknowledges that they have read, understood and agree to comply with the requirements referred to therein.

e)            Council reserves the right to undertake a Financial Capacity and Performance assessment on all short-listed tenderers. FCC utilises a comprehensive business analysis report produced by Corporate Scorecard Pty Ltd. The Tenderer agrees to cooperate fully and provide the data as may be reasonably required to complete this assessment.