Simple keyword search and advanced search
close
or

WSROC / Canley Corridor Floodplain Risk Management Study & Plan - T07FY12

RFT ID T07FY12
RFT Type Open Tenders
Published 3-Nov-2011
Closes 23-Nov-2011 3:00pm
Category Floodplain management
Agency Fairfield City Council


Contact Person
Alan Mitchell
Phone: 02 9725 0827
amitchell@fairfieldcity.nsw.gov.au

Tender Details

   Requirements include the development of a floodplain risk management study and plan for the study area that addresses the existing, future and continuing flood problems, taking into account the potential impacts of climate change, in accordance with the NSW Government's Flood Prone Land Policy, as detailed in the “Floodplain Development Manual” (2005).  This will be essentially undertaken in two phases:

a)        Phase I - Floodplain Risk Management Study: The floodplain management issues confronting the study area are assessed, management options investigated and recommendations made.

b)        Phase II – Floodplain Risk Management Plan: The plan will detail how the options recommended in the floodplain risk management study are to be implemented and how flood prone land within the study area is to be managed

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.

Conditions for Participation

    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 and Performance assessment on all short-listed tenderers. Council 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.