Simple keyword search and advanced search
close
or

WSROC / Production Print Room Machines - T05FY12

RFT ID T05FY12
RFT Type Open Tenders
Published 14-Oct-2011
Closes 4-Nov-2011 3:00pm
Category Multi function printers
Agency Fairfield City Council


Contact Person
Mark Long
Phone: 02 9725 0745
mlong@fairfieldcity.nsw.gov.au

Tender Details

By this Request for Tender (RFT) Council seeks to procure two (2) production print room machines, via a 48 month operating lease, including  a document workflow system for the internal Print Room Facility to provide a complete central documentation production and management service for all Council’s print requirements. The proposed contract also includes the provision of ongoing support and maintenance for the machines for the full term of the lease.

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.

Additional Details / Instructions

Tenderers will use a software application, DecisionMax Software DMax Lite, to complete their response to this RFT.

Tenderers should download DecisionMax Resposnse software from http://www.decisionmax.com.au

There is a cost of $110.00 inclusive of GST associated with the use of DMax Lite software by tenderers.

A full set of Readme files covering installation and operation are included in the download package. Tenderers should read the information before completing the Tender.

Conditions for Participation

The Conditions for Participations are:

The Tenderer and subcontractors must not be bankrupt or insolvent.

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.

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).

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.

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.

Tenderers must have the devices tendered available during the stated evaluation period at a Sydney location, for Council staff to assess.