Tender Review Committee - City of Swan › files › 9fc3d624-821f... · 8/26/2015 · 6.1...
Transcript of Tender Review Committee - City of Swan › files › 9fc3d624-821f... · 8/26/2015 · 6.1...
CITY of SWAN
A G E N D A
TENDERS REVIEW COMMITTEE MEETING
26 AUGUST 2015
HELD AT MIDLAND TOWN HALL COUNCIL CHAMBERS AT 5.00PM
Tenders Review Committee 26 August 2015
Page 2
TABLE OF CONTENTS
1. OPENING 3
2. ATTENDANCE AND APOLOGIES 3
3. DECLARATIONS OF FINANCIAL INTERESTS AND INTERESTS AFFECTING
IMPARTIALITY 3
4. PUBLIC QUESTION TIME 3
5. CONFIRMATION OF PREVIOUS MINUTES 3
6. CONFIDENTIAL ITEMS 4
6.1 RFT15IL13-SOR - SUPPLY OF STREET TREE PRUNING SERVICES 5
6.2 RFT15IL22-SOR - SUPPLY AND DELIVERY OF CONCRETE 30
6.3 2014/2015 LIGHT FLEET REPORT TO TENDER REVIEW COMMITTEE 49
7. MOTION TO ADOPT THOSE ITEMS NOT WITHDRAWN 57
8. OTHER BUSINESS 57
9. MEETING CLOSE 57
Tenders Review Committee 26 August 2015
Page 3
1. OPENING
2. ATTENDANCE AND APOLOGIES
Councillors:
Cr Bailey North Ward (Presiding Member)
Cr Congerton Ballajura Ward
Cr McDonnell Ellenbrook Ward
Cr Williams Ellenbrook Ward
Cr Trease Swan Valley/Gidgegannup Ward
Cr Haynes Ballajura Ward (Deputy Member)
Cr Cheung Ellenbrook Ward (Deputy Member)
Cr Elliott Midland/Guildford Ward (Deputy Member)
Cr Zannino Swan Valley/Gidgegannup Ward (Deputy Member)
Staff (Observers):
Ms A Arapovic A/Executive Manager Corporate
Mr J Coten Executive Manager Operations
Mr J Blanchard Manager Governance
Mr I Lynch Manager Construction and Maintenance
Mr C Pumphrey Manager Fleet and Waste
Ms C Donegan Contracts and Procurement Manager
Mr J Sweetman Coordinator Parks Maintenance
Mr M O'Driscoll Coordinator Engineering Maintenance
Ms M Dwyer Governance Support Officer (Minutes)
Apologies:
Leave of Absence:
Cr Wainwright Altone Ward
3. DECLARATIONS OF FINANCIAL INTERESTS AND INTERESTS AFFECTING IMPARTIALITY
4. PUBLIC QUESTION TIME
5. CONFIRMATION OF PREVIOUS MINUTES
Confirmation of the minutes of the Tenders Review Committee held on 29 July 2015.
Tenders Review Committee 26 August 2015
Page 4
6. CONFIDENTIAL ITEMS
The following report(s) are CONFIDENTIAL in accordance with section 5.23(2)
of the Local Government Act 1995 which permits the meeting to be closed to the
public for business relating to the following:
(e) a matter that if disclosed, would reveal -
(i) a trade secret;
(ii) information that has a commercial value to a person; or
(iii) information about the business, professional, commercial or
financial affairs of a person
where the trade secret or information is held by, or is about, a person
other than the local government.
Tenders Review Committee 26 August 2015
Page 5
6.1 RFT15IL13-SOR - SUPPLY OF STREET TREE PRUNING SERVICES
Originating Officer - Jim Sweetman, Coordinator - Parks Maintenance, Construction and
Maintenance
Reviewed for Compliance - Lucy Kitching, Contracts and Procurement Specialist,
Contracts and Procurement
EVALUATION SUMMARY
ITEM RESPONSE
Business Unit/Customer: Construction and Maintenance
Scope: The Principal sought tenders from qualified and
experienced contractors for the supply of street tree
pruning within City of Swan.
Contract Term: Initial: The Contract shall be in force for the period
from the date of award to 30 June 2018.
Extension options: The Principal reserves the right
to extend the period of the Contract by a further
twenty four (24) months at the end of the initial
period.
Recommended Tenderer: Radiant Nominees Pty Ltd T/A Trees Need Tree
Surgeons
Total Contract Value:
Pre-Tender Estimate:
$1,460,625 (3 years)
Based on an anticipated annual cost of $486,875.00
$1,350,000 (3 years)
Based on an anticipated annual cost of $450,000.00
The G1F6 approval form listed a value of $110,000
per annum as the pre tender estimate. The figure
was incorrect. The correct pre tender estimate is
$450,000 per annum; the updated figure reflects
the anticipated cost for all tree pruning services.
Financial Implications:
Budget Item Description: Street Tree Maintenance
Budget Account / Job No: 71813
Budget Item Amount: $525,000
Total Expenditure To Date: $25,608
Available Balance: $499,392
Budget Allocated to this
request:
$450,000.00
Tenders Review Committee 26 August 2015
Page 6
Price Basis: Schedule of Rates - Variable Price(s)
Lowest Priced Conforming
Offer?
Yes
Anticipated Contract
Commencement Date:
On Award
Issues to be Resolved? No
PROCUREMENT DEVELOPMENT
ITEM RESPONSE
City Approval to Proceed to
Request:
Name: Jim Coten
Title: Executive Manager Operations
Advertising: City of Swan website: Yes
Newspaper: The West Australian, Saturday 30 may
2015
Request Closing Date: 17 June 2015
Offer Validity Expiry Date: 15 September 2015
THE EVALUATION
EVALUATION PANEL PARTICIPANTS
Name Business Unit Job Title
Voting/Non
Voting Member
Keith Wragg Construction and
Maintenance
Supervisor – Parks
City Wide
Voting Member
Jim Sweetman Construction and
Maintenance
Co-ordinator Parks
Maintenance
Voting Member
Liam Smart Asset Management Acting Co-ordinator
Assets (Parks and
Land)
Voting Member
Refer to Attachment B for a copy of the Evaluation Rating Scale(s) used in the evaluation
process
Tenders Review Committee 26 August 2015
Page 7
TENDERS RECEIVED
Tenders were received from the following organisations:
a) D&TL Barker Nominees Pty Ltd T/A WA TreeWorks, Martin WA;
b) Geoff's Tree Service Pty Ltd, Nowergup WA;
c) Cosmag Pty Ltd T/A Kennedy's Tree Service, Orange Grove WA;
d) MPK Tree Management Pty Ltd, High Wycombe WA;
e) Trees Need Tree Surgeons T/A Radiant Nominees Pty Ltd, Willetton WA; and
f) Ibrox WA Pty Ltd T/A Total Tree Service, Wanneroo WA.
PRELIMINARY ASSESSMENT (Compliance Assessment)
Part A (Contracts and Procurement)
Description of Compliance Criteria
Compliance with the Conditions of Tendering contained in the Request
Compliance with the Delivery Date/Time of lodging the Tender
Compliance with and completion of the Price Schedule in the requested format
Part B (Assessment Panel)
Description of Compliance Criteria
Compliance with the Requirements contained in the Request
All Tenderers were deemed to be compliant and therefore passed through to Qualitative
Assessment.
Tenders Review Committee 26 August 2015
Page 8
QUALITATIVE SCORE AND PRICE SUMMARY TABLE
Entries must be in ascending order with lowest priced Tenderer first and highest
Tenderer last.
Tenderer Price Ranking Price Qualitative
Ranking
Marginal
Cost
Benefit
Ranking
Trees Need Tree
Surgeons
1 $486,875 5 1
Kennedy's Tree
Service
2 $581,100 1 2
WA TreeWorks 3 $661,110 4 4
Geoff's Tree Service
Pty Ltd
4 $672,530 2 3
MPK Tree
Management Pty Ltd
5 $710,410 3 5
Total Tree Service 6 $2,108,200 6 6
Alternative Offers: Not applicable
Refer to Attachment I for a detailed “Marginal Cost-Benefit Analysis” and Attachment C
for the “Comparative Statements”.
BASIS
Trees Need Tree Surgeons is the Evaluation Panel’s recommended Tenderer.
The basis for this decision is as follows:
Organisation's Experience
Trees Need Tree Surgeons have been servicing Local Governments and the Botanic
Gardens and Parks Authority (Kings Park and Bold Park) for over 22 years. Within the
submission Trees Need Tree Surgeons provided evidence that previous works had been
checked by an independent arborist where it was found all works met the requirements
as set by AS4373.2007 Pruning Standards for Amenity Trees. The submission
demonstrated that the Contractor has the capacity and the experience to undertake the
works and meet the requirements of the Contract
Tenders Review Committee 26 August 2015
Page 9
Key Personnel
Trees Need Tree Surgeons submission detailed the key personnel’s experience,
competencies, training and formal qualifications. All key personnel are certified to work
under Western Power High Voltage (HV) and Low Voltage (LV) power lines, elevated
work platforms, are qualified first aiders and hold white cards. The key personnel’s
experience working in tree pruning industry ranges from 2 to 22 years.
Methodology
Trees Need Tree Surgeons operate under a quality assurance system which captures all
procedural processes from engagement of the contract through to completion of works.
The system outlines the entire Contractor’s occupational health and safety requirements
for the works. The submission included information on all the plant and equipment
available and an estimated number of trees that can be completed per week.
Price
Trees Need Tree Surgeons submitted the lowest priced conforming offer.
In summary, Trees Need Tree Surgeons is best suited to meet the Request requirements
at a competitive price, is the recommended Tenderer in the marginal cost benefit
analysis and therefore, represents best value for money.
Occupational Safety and Health
Trees Need Tree Surgeons provided information on the occupational safety and health
processes and procedures. The occupational health and safety procedures include JSA’s,
accident/incident reporting, training register for all staff, plant/vehicle inspections and
site safety inspections.
REFEREE REPORTS
As part of the evaluation process, a number of referees were contacted. The following
table provides a summary of the referees contacted and their comments in relation to
the recommended Tenderer.
Referee Contact Comments
John Thomas
Botanic Gardens
Trees Need Tree Surgeons have held contracts with
the Botanic Gardens for over 10 years. All work
requests have been completed effectively without
any issues. Trees Need Trees Surgeons
communicate adequately to keep the client
informed of the stage of works. Trees Need Trees
Surgeons provide a good service at competitive
rates.
Tenders Review Committee 26 August 2015
Page 10
John Murray
City of South Perth
Trees Need Tree Surgeons overall provide a good
quality service; the contractor has the resources
required to complete the works and communicates
well. Trees Need Trees Surgeons made changes to
their accounting system which caused an issue with
invoices initially but the issue was resolved. Overall
their performance was good and in accordance with
the contract.
ENDORSEMENT BY EVALUATION PANEL
NAME: Keith Wragg DATE: 14/07/2015
NAME: Jim Sweetman DATE: 6/07/2015
NAME: Liam Smart DATE: 8/07/2015
Tenders Review Committee 26 August 2015
Page 11
RECOMMENDATION
It is recommended that the Tenders Review Committee resolve to:
1) Award the Contract for the Supply of Street Tree Pruning Services - RFT15IL13-
SOR to Radiant Nominees Pty Ltd T/A Trees Need Tree Surgeons for the initial
period from the date of award to 30 June 2018 for the schedule of rates with the
anticipated Contract value being one million four hundred and sixty thousand, six
hundred and twenty five dollars ($1,460,625) excluding GST;
2) Allow the option to extend the Contract by a further twenty four (24) months;
and
3) Advise all Tenderers accordingly.
Tenders Review Committee 26 August 2015
Page 12
ATTACHMENTS
ATTACHMENT A – SELECTION REQUIREMENTS
The pre-qualification requirements for this request were:
Not applicable
COMPLIANCE AND DISCLOSURE REQUIREMENTS
The compliance and disclosure requirements for this request were:
a) Compliance with the Requirements contained in the Request;
b) Compliance with the Conditions of Tendering contained in the Request;
c) Compliance with the Delivery Date/Time of lodging the Tender; and
d) Compliance with and completion of the Price Schedule.
The qualitative requirements for this request were:
a) Demonstrate your organisations experience in supplying similar works and
services (30%);
b) Demonstrate the skills and experience of key personnel to be used in this project
(30%); and
c) Provide an outline of the methodology to be used in supplying the requirements
(40%).
Tenders Review Committee 26 August 2015
Page 13
ATTACHMENT B – EVALUATION RATING SCALE
A rating of 1-5 was used for evaluating each tender submission. Panel members were
required to score each Tenderer’s response to the qualitative requirements. The rating
scale and a description for the range of scores is shown in the table below. ‘In between’
scores such as half scores only are also acceptable.
SCORE DESCRIPTION
1 The response does not address the qualitative requirement
OR
The Evaluation Panel is not confident that the Tenderer:
Has demonstrated an understanding of the contract requirements
covered by this qualitative requirement; and / or
Has demonstrated an ability to satisfactorily meet the qualitative
requirement(s)
2 The Evaluation Panel has some reservations whether the Tenderer:
Has demonstrated an understanding of the contract requirements
covered by this qualitative requirement; and / or
Has demonstrated an ability to satisfactorily complete the contract
requirements covered by this qualitative requirement.
If Minor concern: rate higher (2 or 3).
If Major concern: rate lower (1).
3 The Evaluation Panel is reasonably confident that the Tenderer
Has demonstrated an understanding of the contract requirements
covered by this qualitative requirement; and / or
Has demonstrated an ability to satisfactorily complete the contract
requirements covered by this qualitative requirement to a reasonable
standard.
4 The Evaluation Panel is confident that the Tenderer:
Has demonstrated an understanding of the contract requirements
covered by this qualitative requirement; and / or
Has demonstrated an ability to satisfactorily complete the contract
requirements covered by this qualitative requirement to a high standard.
5 The Evaluation Panel is completely confident that the Tenderer:
Has demonstrated an understanding of the contract requirements
covered by this qualitative requirement; and / or
Has demonstrated an ability to satisfactorily complete the contract
requirements covered by this qualitative requirement to a very high
standard.
Tenders Review Committee 26 August 2015
Page 14
ATTACHMENT C – COMPARATIVE STATEMENT
COMPARATIVE STATEMENT – QUALITATIVE REQUIREMENTS AND PRICE
A summary statement for each Tenderer is provided below:
The summaries have been prepared for the purposes of providing feedback to Tenderers
and as a brief overview of how the Evaluation Panel reached a decision on the preferred
Tenderer. Although the summaries are not meant to cover all criteria and issues
discussed by the Evaluation Panel the comments must reflect the scores given.
1) Kennedy's Tree Service
Total qualitative score 381.7 – ranking 1/6
Total price $581,100 – ranking 2/6
Kennedy’s Tree Services have been in operation for 25 years and have been contracted
to undertake similar works with the Department of Finance, Programmed Facility
Maintenance, City of Canning and the City of Gosnells. Kennedy’s Tree Services have
also completed works for the City of Swan. The submission detailed the contractor’s
current contracted works and information on the equipment and machinery available to
complete the works required.
Kennedy’s Tree Services provided information on the key personnel; detailing the years
of experience, qualifications and the competencies and training undertaken.
Kennedy’s Tree Services methodology was detailed and included flow charts on the
processes in place for all street tree pruning works. The methodology incorporated the
scope of works from receiving work requests through to the completion and clean-up of
the site. Kennedy’s Tree Services detailed the communication processes to be followed
for notifying the Principal and residence of planned tree pruning works.
2) WA TreeWorks
Total qualitative score 360.0 – ranking 4/6
Total price $661,110 – ranking 3/6
WA TreeWorks have been operating since 2000 providing tree pruning, fire mitigation,
tree thinning and mulching services to Local Government and corporate clients. WA
TreeWorks are also contracted by the City of Swan for road side vegetation removal/
pruning in rural locations.
WA TreeWorks’ key personnel are qualified arborists and are certified for vegetative
management for pruning trees under HV and LV power lines. WA TreeWorks are licenced
for high risk work and certified by Western Power. The key personnel undertaking the
works 10 to 15 years’ experience within the industry
WA TreeWorks methodology was detailed and outlined how the works would be managed
and provided details on the plant and equipment available.
Tenders Review Committee 26 August 2015
Page 15
3) Geoff's Tree Service Pty Ltd
Total qualitative score 376.7 – ranking 2/6
Total price $672,530 – ranking 4/6
Geoff’s Tree Service Pty Ltd has been providing street tree maintenance for Local
Governments since 1992 including works for the City of Swan. Information within the
submission demonstrated that Geoff’s Tree Service Pty Ltd is suitably resourced and
experienced in completing similar works.
Geoff’s Tree Service Pty Ltd has an arborist delegated to each crew. All crews have the
necessary licences and certifications for pruning for Western Power HV and LV
clearances. The personnel are also certified in the operation of elevated work platforms
and are qualified first aiders.
Geoff’s Tree Service Pty Ltd’s submission demonstrated an understanding of the
requirements. A list of plant and equipment/resources available was provided and details
of the innovative equipment that would be used to undertake pruning to trees under
power lines. The submission included full details on the contractors occupational safety
and health management plans.
4) Total Tree Service
Total qualitative score 221.7 – ranking 6/6
Total price $2,108,200 – ranking 6/6
Total Tree Service has been in operation for 30 years and has a staff of 10 with 2 crews
and all plant and equipment. The submission referenced works completed for the
Department of Housing North and South, City of Bayswater, Shire of Bassendean, City of
Nedlands, City of Joondalup and City of Wanneroo. However the information was basic
and didn’t detail the scope of works for each client.
The submission included information on the key personnel within the organisation, the
information included roles, years of experience and qualifications. The submission did
not include information on the crews undertaking tree pruning works.
Total Tree Services provided some information on the resources available to undertake
the works and a safety management plan. However the methodology did not effectively
outline how Total Tree Services would complete the works.
Tenders Review Committee 26 August 2015
Page 16
5) MPK Tree Management Pty Ltd
Total qualitative score 365.0 – ranking 3/6
Total price $710,410 – ranking 5/6
MPK Tree Management Pty Ltd have completed similar works for the Shire of Mundaring,
Shire of Kalamunda, Department of Finance and other local and state government bodies
since 1997. MPK Tree Management Pty Ltd have also completed works for the City of
Swan.
Curricula vitae’s were provided for the key personnel together with relevant licences and
accreditations. All personnel nominated to undertake the works have the necessary skills
and training required.
MPK Tree Management Pty Ltd provided a comprehensive overview of how the works
would be completed. A complete list of plant and equipment was submitted and the
submission also included details of the contractors occupational health and safety
management plan.
6) Trees Need Tree Surgeons
Total qualitative score 321.7 – ranking 5/6
Total price $486,875 – ranking 1/6
Trees Need Tree Surgeons have been servicing local governments and the Botanic
Gardens and Parks Authority (Kings Park and Bold Park) for over 22 years. Within the
submission Trees Need Tree Surgeons provided evidence that previous works had been
checked by an independent arborist where it was found all works met the requirements
as set by AS4373.2007 Pruning Standards for Amenity Trees. The submission
demonstrated that the contractor has the capacity and the experience to undertake the
works and meet the requirements of the contract
Trees Need Tree Surgeons submission detailed the key personnel’s experience,
competencies, training and formal qualifications. All key personnel are certified to under
Western Power High Voltage (HV) and Low Voltage (LV) power lines, elevated work
platforms, are qualified first aiders and hold white cards. The key personnel’s experience
working in tree pruning industry ranges from 2 to 22 years.
Trees Need Tree Surgeons operate under a quality assurance system which captures all
procedural processes from engagement of the contract through to completion of works.
The system outlines all the contractor’s occupational health and safety requirements for
the works. The submission included information on all the plant and equipment available
and an estimated number of trees that can be completed per week.
Tenders Review Committee 26 August 2015
Page 17
ATTACHMENT D – PRICING SCHEDULE ARITHMETIC CHECK
Tenders Review Committee 26 August 2015
Page 18
ATTACHMENT E – TENDER/QUOTATION INFORMATION
Tenders Review Committee 26 August 2015
Page 19
ATTACHMENT F – COMPLIANCE CRITERIA
Tenders Review Committee 26 August 2015
Page 20
ATTACHMENT G – SIGNED EVALUATION SHEETS
Tenders Review Committee 26 August 2015
Page 21
Tenders Review Committee 26 August 2015
Page 22
Tenders Review Committee 26 August 2015
Page 23
ATTACHMENT H – EVALUATION SUMMARY FORM
Tenders Review Committee 26 August 2015
Page 24
ATTACHMENT I – MARGINAL COST BENEFIT ANALYSIS
Tenders Review Committee 26 August 2015
Page 25
ATTACHMENT J – DECLARATIONS OF CONFIDENTIALITY AND CONFLICT OF INTEREST
Tenders Review Committee 26 August 2015
Page 26
Tenders Review Committee 26 August 2015
Page 27
Tenders Review Committee 26 August 2015
Page 28
ATTACHMENT K – MANAGER APPROVAL FORM
Tenders Review Committee 26 August 2015
Page 29
ATTACHMENT L – ORGANISATIONAL PROFILE
Trees Need Tree Surgeons
Gary Anderson, Owner/Managing Director
Tenders Review Committee 26 August 2015
Page 30
6.2 RFT15IL22-SOR - SUPPLY AND DELIVERY OF CONCRETE
Originating Officer - Maurice O'Driscoll, Coordinator - Engineering Maintenance,
Construction and Maintenance
Reviewed for Compliance - Klara Vincent, Contracts and Procurement Officer, Contracts
and Procurement
EVALUATION SUMMARY
ITEM RESPONSE
Business Unit/Customer: Construction and Maintenance
Scope: The Principal sought tenders from experienced
contractors for the supply and delivery of plant mixed
concrete for use on footpaths, crossovers, kerbing
and any other associated works.
Contract Term: Initial: The Contract shall be in force for the period
from the date of award until 30 June 2018.
Extension options: The Principal reserves the right to
extend the period of the Contract by a further twenty
four (24) months at the end of the initial period.
Recommended Tenderers: Higgo Nominees Pty Ltd T/A Midland Minicrete
Mundaring Concrete
Total Contract Value:
Pre-Tender Estimate:
$414,773.40 (3 years)
Based on an annual anticipated value of $138,257.80
$495,000.00 (3 years)
Based on an annual anticipated value of
$165,000.00
Financial Implications:
Budget Item Description: Various
Budget Account / Job No: Various
Budget Item Amount: Various
Total Expenditure To Date: Various
Available Balance: Various
Budget Allocated to this
request:
$165,000
Tenders Review Committee 26 August 2015
Page 31
Price Basis: Schedule of Rates - Variable Price(s)
Lowest Priced Conforming
Offer?
Panel of Contractors
Anticipated Contract
Commencement Date:
On Award
Issues to be Resolved? No
PROCUREMENT DEVELOPMENT
ITEM RESPONSE
City Approval to Proceed to
Request:
Name: Jim Coten
Title: Executive Manager - Operations
Advertising: City of Swan website: Yes
Newspaper: The West Australian Saturday 13 June
2015
Request Closing Date: 8 July 2015
Offer Validity Expiry Date: 6 October 2015
THE EVALUATION
EVALUATION PANEL PARTICIPANTS
Name Business Unit Job Title
Voting/Non-
Voting Member
Jonathan Ersan Construction and
Maintenance
Engineer Voting Member
Ron Ferguson Construction and
Maintenance
Engineering
Supervisor –
Maintenance West
Voting Member
Steven Middleton Asset Management Engineer Voting Member
TENDERS RECEIVED
Tenders were received from the following organisations:
a) Boral Resources WA Pty Ltd, Belmont, WA;
b) Mundaring Concrete, Mundaring, WA; and
c) Higgo nominees Pty Ltd T/A Midland Minicrete, Midvale, WA.
Tenders Review Committee 26 August 2015
Page 32
PRELIMINARY ASSESSMENT (Compliance Assessment)
Part A (Contracts and Procurement)
Description of Compliance Criteria
Compliance with the Conditions of Tendering contained in the Request
Compliance with the Delivery Date/Time of lodging the Tender
Compliance with and completion of the Price Schedule in the requested format
Part B (Assessment Panel)
Description of Compliance Criteria
Compliance with the Requirements contained in the Request
Boral Resources WA Pty Ltd withdrew their submission as they were unable to complete
Price Schedule B in the requested format.
All other Tenderers were deemed to be compliant.
PRICE SUMMARY TABLE
Entries must be in ascending order with lowest priced Tenderer first and highest
Tenderer last.
Tenderer Price Ranking Price
Midland Minicrete 1 $138,257.80
Mundaring Concrete 2 $158,905.00
The above pricing was calculated by applying the estimated quantity of concrete per
annum to the schedule of rates and using a price scenario to determine the estimated
cost to deliver the concrete per annum within the City of Swan.
The Contract value is the anticipated cost over the initial period.
Alternative Offers: Not applicable
Tenders Review Committee 26 August 2015
Page 33
BASIS
Midland Minicrete and Mundaring Concrete are the Evaluation Panel’s recommended
Tenderer.
The basis for this decision is as follows:
Midland Minicrete and Mundaring Concrete submitted the lowest priced conforming
offers. Both Tenderers will be on a panel for works required.
In summary, a panel consisting of Midland Minicrete and Mundaring Concrete is best
suited to meet the Request requirements at competitive prices, and therefore,
represents best value for money.
Occupational Safety and Health
Midland Minicrete has an occupational health and safety policy manual which has been
aligned with AS/NSZ 4801, OHSAS 18001, and work Health and Safety Act and
Regulations 2011. Midland Minicrete has different sub-policies within their occupational
safety and health framework such as work and health safety policy, first aid policy, and
risk management policy.
REFEREE REPORTS
As part of the evaluation process, a number of referees were contacted. The following
table provides a summary of the referees contacted and their comments in relation to
the recommended Tenderer.
Referee Contact Comments
Nathan Briggs
Kamilaroi Transport
Midland Minicrete is a good contractor and the
referee has not experienced any issues. All works
have been completed in accordance with required
the delivery date.
Wayne Reid
Department of Housing
Midland Minicrete is a good company that are easy
to work with and complete the required works well.
Midland Minicrete has always invoiced the jobs
correctly, provide good communication and the
work supervisor and office is always contactable.
Tenders Review Committee 26 August 2015
Page 34
Occupational Safety and Health
Mundaring Concrete has an occupational safety and health policy statement and each
employee is to comply with occupational health and safety procedures throughout the
workplaces. Employees and the employer have different commitments and duty of care
in the statement.
REFEREE REPORTS
As part of the evaluation process, a number of referees were contacted. The following
table provides a summary of the referees contacted and their comments in relation to
the recommended Tenderer.
Referee Contact Comments
Gavin Maturo
Parkerville Concrete
Mundaring Concrete is generally good to work with.
If there was a delay in the delivery, the client was
always advised. The quality of the concrete
produced is good and the referee has had no
problems with communication.
Phil Walker
GTR Concrete
The quality of goods and services provided by
Mundaring Concrete is great and Mundaring
Concrete communicates well. The referee has been
working with Mundaring Concrete for a long time
and has a good working relationship.
ENDORSEMENT BY EVALUATION PANEL
NAME: Jonathan Ersan DATE: 5/08/2015
NAME: Ron Ferguson DATE: 5/08/2015
NAME: Steven Middleton DATE: 6/08/2015
Tenders Review Committee 26 August 2015
Page 35
RECOMMENDATION
It is recommended that the Tenders Review Committee resolve to:
1) Award the Contracts for the Supply and Delivery of Concrete - RFT15IL22-SOR
to a panel comprising of Higgo nominees Pty Ltd T/A Midland Minicrete and
Mundaring Concrete for the initial period from the date of award until 30 June
2018 for the schedule of rates as per the Tender Offer with the anticipated value
of the Contracts being four hundred, fourteen thousand, seven hundred and
seventy three dollars and forty cents ($414,773.40) excluding GST;
2) Allow the option to extend the Contracts for a further twenty four (24) months;
and
3) Advise all Tenderers accordingly.
Tenders Review Committee 26 August 2015
Page 36
ATTACHMENTS
ATTACHMENT A – SELECTION REQUIREMENTS
The pre-qualification requirements for this request were:
Not applicable
COMPLIANCE AND DISCLOSURE REQUIREMENTS
The compliance and disclosure requirements for this request were:
a) Compliance with the Requirements contained in the Request;
b) Compliance with the Conditions of Tendering contained in the Request;
c) Compliance with the Delivery Date/Time of lodging the Tender; and
d) Compliance with and completion of the Price Schedule.
The assessment requirement for this request was:
a) Price (100%).
Tenders Review Committee 26 August 2015
Page 37
ATTACHMENT B – PRICING SCHEDULE ARITHMETIC CHECK
Tenders Review Committee 26 August 2015
Page 38
Tenders Review Committee 26 August 2015
Page 39
Tenders Review Committee 26 August 2015
Page 40
ATTACHMENT C – TENDER/QUOTATION INFORMATION
Tenders Review Committee 26 August 2015
Page 41
ATTACHMENT D – SIGNED COMPLIANCE CRITERIA
Tenders Review Committee 26 August 2015
Page 42
Tenders Review Committee 26 August 2015
Page 43
Tenders Review Committee 26 August 2015
Page 44
ATTACHMENT E – DECLARATIONS OF CONFIDENTIALITY AND CONFLICT OF INTEREST
Tenders Review Committee 26 August 2015
Page 45
Tenders Review Committee 26 August 2015
Page 46
Tenders Review Committee 26 August 2015
Page 47
ATTACHMENT F – MANAGER APPROVAL FORM
Tenders Review Committee 26 August 2015
Page 48
ATTACHMENT G – ORGANISATIONAL PROFILE
Midland Concrete
Shaun Higgins – Director
Sharon Higgins – Director
Mundaring Concrete
Leslie John Woods - Sole Director
Tenders Review Committee 26 August 2015
Page 49
6.3 2014/2015 LIGHT FLEET REPORT TO TENDER REVIEW COMMITTEE
Originating Officer – Colin Pumphrey, Manager, Fleet and Waste Services
Reviewed By Compliance – Lucy Kitching, Contracts and Procurement Specialist,
Contracts and Procurement
INTRODUCTION
Key Issues and Recommendations
Report on the status of the light fleet purchases and sales for quarter 2 and 3 of the 2014/2015 financial year.
Background
At the Ordinary Council Meeting held on 10 December 2003, it was resolved that a report be prepared and presented to the Tender Review Committee on a six
monthly basis on the purchases and sales of vehicles in the City's light motor vehicle fleet. The last report to the Tender Review Committee on the Light Fleet was in 21 January 2015, which reported on the purchase and sales for quarter 1
and 2 of 2014/15.
Report
The light fleet replacement program for 2014/15 consists of 38 sedans and wagons plus 16 utilities and vans to be replaced. This includes 3 additional utilities, 1 additional sedan, 1 additional bus and 5 additional wagons purchased
after executive approval as part of the 2014/15 Capital Budget.
Of the 54 vehicles, 54 have been ordered of which 50 have been received.
The City has purchased wagons to replace 7 utilities. In discussion with the vehicle custodians, utilities were no longer required and were replaced with wagons at a purchase cost saving of $10,891.92 over the 7 vehicles, with the
added benefits of lower fuel and maintenance costs over the whole of life.
A summary of the 2 sedans, 9 wagons and 1 utility from this program ordered in
Q3 and Q4 is detailed below, plus the 8 vehicles auctioned during the same period.
All sedans and wagons purchased have the maximum 5 star safety rating and
the light commercial vehicles have the highest available safety ratings, many of which are now also 5 star safety rated. Vehicles were selected on their safety,
"fit for purpose", fuel efficiency and whole of life costing.All vehicles were purchased utilising the Council Purchasing Services of the Western Australian
Local Government Association, which in turn uses the State Government Motor Vehicles Pricing Contract and all were purchased in line with the City's Vehicle Policy POL-M-115.
Pickles Auctions and Manheim are the WALGA preferred auction houses and regular reserve price quotations are obtained from both companies.
Tenders Review Committee 26 August 2015
Page 50
(Tender LFOR14) A Toyota Hilux SR 4x2 extra cab (SW14902) was purchased for the Construction
and Maintenance Irrigation Technician. The Toyota Hilux had the best whole of life cost due to a high resale value, lower service and maintenance costs, and a
fuel economy of 8.1L/100km.
(Tender LFOR15) A Nissan Qashqai petrol wagon has been selected as the best vehicle for the
Facility Services Coordinator. The Nissan Qashqai has a fuel economy of 6.9L/100km and Co2 emissions of 159grams of carbon produced for each
kilometre travelled. This is an improvement over the old vehicle which was a Ford Focus which had a fuel economy of 8.2L/100Km and Co2 of 187.8 grams of carbon produced for each kilometre travelled. The Nissan Qashqai is under the
budgeted price and has a 5 star safety rating.
(Tender LFOR16)
A Toyota Hiace 12 seater bus was purchased for Community Care Services. As Community Care relies on volunteers to drive vehicles, driver familiarity has been taken into account when selecting the vehicle type. The Toyota Hiace
provides a large storage area suitable for wheel chairs and walker frames which is a requirement of the vehicle.
(Tender LFOR17) A Ford Focus petrol was purchased for the Manager of Contracts and
Procurement. The Ford Focus has a 5 star safety rating as required by the City of Swan Motor Vehicle Policy. The Ford Focus provides good whole of life cost for the City and has an above average resale price compared with other vehicles
within its price range.
(Tender LFOR18)
A Nissan Qashqai diesel wagon has been selected as the best vehicle for the Manager of Council Support. The Nissan Qashqai was selected as the best option due to whole of life, fuel economy of 4.9L/100km and 5 star safety rating. The
car will be retained for two (2) years, during the time the lower fuel economy will provide a cost saving and make up the difference in the additional purchase
price. In addition the City anticipates that the vehicle will have a good resale value. The additional purchase price cost of $968.45 will be met from the fleet replacement program.
Tenders Review Committee 26 August 2015
Page 51
(Tender LFOR19) A Nissan Qashqai diesel wagon was been selected as the best vehicle for the
Centre Manager – Leisure services. The Nissan Qashqai was selected as the best option due to whole of life, fuel economy of 4.9L/100km and 5 star safety rating.
The car will be retained for two (2) years, during the time the lower fuel economy will provide a cost saving and make up the difference in the additional purchase price. In addition the City anticipates that the vehicle will have a good
resale value. The additional purchase price cost of $968.45 will be met from the fleet replacement program.
(Tender LFOR20) A Toyota Corolla petrol sedan was been selected as the best vehicle for the Occupational Safety, Health Advisor-Human Resources. The Toyota Corolla has a
fuel economy of 5.4L/100Km and Co2 emission of 142 grams of carbon produced for each kilometre travelled. The Toyota Corolla is under the budgeted allowance
and has a 5 star safety rating.
(Tender LFOR21) A Nissan Qashqai diesel wagon has been selected as the best vehicle for the
Coordinator-Economic Development. The Nissan Qashqai was selected as the best option due to whole of life, fuel economy of 4.9L/100km and 5 star safety
rating. The car will be retained for two (2) years, during the time the lower fuel economy will provide a cost saving and make up the difference in the additional
purchase price. In addition the City anticipates that the vehicle will have a good resale value. The additional purchase price cost of $968.45 will be met from the fleet replacement program.
(Tender LFOR22) Three Ford Mondeo diesel wagons were purchased for Community Care Services.
As community care relies on volunteers to drive vehicles, driver familiarity has been taken into account when selecting the vehicle type. The Ford Mondeo wagon provides a large storage area suitable for wheel chairs and walker frames
which is a requirement of the vehicle. Accessibility into and from the vehicle is critical for the elderly residents that use the service. The Mondeo scores highly in
this area. The Mondeo has a fuel economy of 5.3 L/100km making it one of the most fuel efficient wagons available.
(Tender LFOR23)
A Honda Odyssey petrol wagon has been selected as the best vehicle for the Manager-Information Services. The Honda Odyssey offers greater storage than
the previous vehicle and offers better safety than other vehicles within its class. The Honda Odyssey also offers a lower entry height, large entry room and flat floor boot area, providing better comfort, ergonomics and practicality. The fuel
efficiency of 7L/100km which is within the City requirements.
Tenders Review Committee 26 August 2015
Page 52
(Tender LFOR24) A Toyota Kluger Grande petrol wagon was selected as the best option vehicle for
the Executive Manager-Stakeholder relations. This vehicle meets all the safety requirements, is a good fit for purpose for the Manager and is predicted to have
a high resale value. The exceeded amount of $746.38 will be invoiced to the Executive Manager-Stakeholder Relations.
VEHICLES HELD OVER / NOT DELIVERED Four vehicles have been temporarily held over for operational use, a Ford
Territory for the Coordinator of Fleet Assets in Fleet and Waste Services, a Hyundai Elantra for the Coordinator- Local Area Planning and Policy (Acting), a Hyundai IX35 for the Coordinator- Business Improvement & Administration
(Construction and Maintenance) and a Mitsubishi Triton for Customer Service Advocates. These will all be auctioned in Quarters 1 and 2 2015/16.
VEHICLES PURCHASED – COST SUMMARY
Of the 13 vehicles ordered, 9 vehicles were received between December 2014
and June 2015. The 13 vehicles show a total of $10,999.00 under budget for Q3 and Q4.
VEHICLE SALES – COST SUMMARY
A total of 12 sedans and wagons and 18 utilities were sold by auction sales between January 2015 and June 2015.
The total sales from auction are $13,753.00 above the budgeted amount, with four vehicles to the value of $68,000.00 temporarily held over for operational
requirements and still to go to auction. There has been a significant drop in the used vehicle market since the 2014/15 budget was established. This will need to be closely managed over the next 6 months as most vehicles are sent to
auction.
A detailed summary for the vehicles purchased and sold from December 2014 to
June 2015 covered in this report is provided in Appendices 1 and 2. Appendices
1. Light fleet report - Purchased vehicles (2014-15)
2. Light fleet report – Sold vehicles (2014-15) 3. Light Fleet Depreciation Summary.
Statutory Environment N/A
Strategic Implication N/A
Financial Implications
Nil
Tenders Review Committee 26 August 2015
Page 53
RECOMMENDATION
1) It is Recommended that the Report titled 2014/2015 Light Fleet
Report to Tender Review Committee be received
.
Tenders Review Committee 26 August 2015
Page 54
Tenders Review Committee 26 August 2015
Page 55
Tenders Review Committee 26 August 2015
Page 56
Tenders Review Committee 26 August 2015
Page 57
7. MOTION TO ADOPT THOSE ITEMS NOT WITHDRAWN
8. OTHER BUSINESS
9. MEETING CLOSE