Back to tenders & grants page
FORESTRY CORPORATION OF NSW HAULAGE and LOADING SOFTWOOD PLANTATIONS,BOMBALA MANAGEMENT AREA - FCNSW1902
Receive Tenders like this by email

FORESTRY CORPORATION OF NSW HAULAGE and LOADING SOFTWOOD PLANTATIONS,BOMBALA MANAGEMENT AREA - FCNSW1902

FORESTRY CORPORATION OF NSW HAULAGE and LOADING SOFTWOOD PLANTATIONS,BOMBALA MANAGEMENT AREA - FCNSW1902 has been closed on 29 Mar 2019. It no longer accepts any bids. For further information, you can contact the NSW Department of Primary Industries

Bellow, you can find more information about this project: 

Location: Australia

General information

Donor:

NSW Department of Primary Industries

Industry:

Paper, Wood & Furniture

Status:

Closed

Timeline

Published:

01 Feb 2019

Deadline:

29 Mar 2019

Value:

Not available

Contacts

Name:

Steve Barrett

Phone:

0429 394 939

02 6981 4123

Description

RFT ID FCNSW1902
RFT Type Request for Proposals
Published 1-Feb-2019
Closes 29-Mar-2019 5:00pm
Category (based on UNSPSC)
70150000 - Forestry
Agency NSW Department of Primary Industries


Contact Person
Steve Barrett
Phone: 02 6981 4123
Mobile: 0429 394 939
[email protected]

Tender Details

 

 Parcel 1 (BHL1)

 

Haulage Quantity 41.7 million tonne kilometres - Load Quantity 120,000 tonnes                                   

Term:                          Four (4) years

 Parcel 2 (HL2) Tumut Based Trucks

Haulage Quantity     8.7 million tonne kilometres

Term:                         Four (4) years

 Location: Bombala NSW.

Nature of Work: The awarded contracts for services will undertake the haulage and/or loading of log products from FCNSW plantations to major industrial timber processing companies to support medium to long term timber supply agreements.                            

 

 

Location

NSW Regions: Southern Highlands

RFT Type

Request for Proposals - An invitation for expressions of interest / seeking preliminary proposals. In many cases these may be used as a basis for shortlisting tenderers, along with other criteria such as expertise and experience. Prospective tenderers are initially evaluated for their proposal against the relevant selection criteria. A number of those who best meet the criteria are invited to tender. For complex or some other types of procurement, where the product or service outcomes are highly dependent on the content of the proposals received from Tenderers, the outcome may be negotiated.

Additional Details / Instructions

 

This RFP aims to procure contract haulage and/or loading services for commencement on 1 August 2019.

 

 

 

The purpose of this RFP is to provide information regarding the offer, detail the process and invite suitably qualified parties to submit proposals via this Request for Proposal.

 

 

 

The offers are outlined below:

 

 

 

Haulage Configuration

Delivery Destination

Log Product Type

Indicative Average Lead Distance (km)

Indicative Annual Tonnes (t)

 Indicative Base Annual Quantity (tkm)

BHL1

Tumut

3.7 to 6.1m

417

100,000

41,700,000

BH2

Tumut

3.7 to 6.1m

417

20,000

8,700,000

 

 

 

Address for Lodgement

Conditions for Participation

 

Safety Management and Environmental Management

 

Proponents are required to demonstrate that their company manages safety and environmental outcomes to meet legal and industry standards by providing a summary of the structure and components of their company Work, Health and Safety management system (SMS) and Environmental Management System (EMS) or an equivalent quality assurance system for environmental performance.

 

It is expected that the SMS will comply with the Work Health and Safety Act 2011, Work Health and Safety Regulation 2011 and relevant codes of practice including the Code of Practice - Safety in Forest Harvesting Operations 2014, and as a minimum include the details set out in the Safe Work Australia Forestry Operations Guidance material. “PDF’s are downloadable from the Safe Work Australia link below: 

 

https://www.safeworkaustralia.gov.au/doc/forestry-operations-guidance-material

 

The SMS must also recognise the extent to which the haulage and loading services are undertaken to meet the requirements of the Heavy Vehicle National Law (HVNL) as it relates to Chain of Responsibility obligations.

 

It is expected that the EMS or quality assurance system for environmental performance will demonstrate that the Proponents business has procedures in place to ensure that haulage services are carried out in compliance with relevant legislation including the Plantation Re-Afforestation Act and best practice industry guidelines for haulage.

 

Shortlisted parties will be subject to a detailed 3rd party audit of their SMS and environmental systems to assess the adequacy of the Proponent’s management of safety, Chain of Responsibility and environmental obligations. Proponents should be prepared to provide electronic copies of all or parts of their SMS and EMS or equivalent in order to demonstrate the adequacy of their systems.

 

Financial

 

Proponents are required to demonstrate solvency and a financial capacity to undertake the nominated work within their proposed limits of their Proposal. Shortlisted proponents will be required to provide information including their last set of full financial accounts to a third party financial assessor nominated by FCNSW. FCNSW may seek to meet with the Proponent following completion of the financial assessment to discuss any issues that may arise.

 

Operational

 

Proponents are required to:

 

  • provide a detailed description of the proposed haulage and/or loading systems for the quantity of work being proposed for; and

  • show adequate log haulage, loading and/or contracting experience, including demonstrated management capacity to coordinate work to industry standards or alternatively submit a convincing plan that outlines how the proponent intends to transition into log haulage and or loading contracting.

  • Comply with the operational constraints outlined in the Forest Practices Code: Timber harvesting in Forests NSW Plantations available online at:

 

https://www.forestrycorporation.com.au/__data/assets/pdf_file/0010/457174/FNSW-ForestPracticesCode-2005.pdf

 

  • Provide plans to utilise improvements in haulage technology and regulations (I.E A-double trailer configurations)

     

     

     

    Forestry Log Haulage Registered Code of Practice (Log Haulage Code)

     

     

     

    The Forestry Log Haulage Registered Code of Practice (Log Haulage Code) provides guidance to manage risks speci?c to forestry log haulage and comply with the Heavy Vehicle National Law (HVNL) and the National Transport Commission’s Load Restraint Guide (2018), which available via the following link https://www.ntc.gov.au/heavy-vehicles/safety/load-restraint-guide/

     

     

     

    The Log Haulage Code is currently in draft; however, it is anticipated that during the term of the agreement(s) offered via this RFP that it will become operation and set the industry standard for forestry transport operations. For this reason, proponents must be familiar with the proposed requirements of draft Log Haulage Code and detail in their proposals how they will meet these. The draft Log Haulage Code is available via the following link http://www.afca.asn.au/log-haulage-code/draft-log-haulage-code

     

     

     

    Mandatory Equipment and Requirements

     

     

     

    As part of this RFP, the service agreements offered for haulage and loading require Mandatory Equipment.  The list of Mandatory Equipment for haulage and loading is set out in Attachment One.

     

     

     

    Haulage Requirement

     

     

     

    In addition to Mandatory Equipment, it is a requirement of this RFP that the proponent’s fleet fulfilling this service agreement is accredited for the duration of the agreement’s term by the National Heavy Vehicle Accreditation Scheme (NHVAS) to operate (as a minimum) to Concessional Mass Limits (CML).

     

     

     

    Loading Requirement

     

     

     

    In addition to the Mandatory Equipment required for loading, FCNSW would welcome proposals that address the following unique challenges in log loading:

     

     

     

    • Limited visibility of the loader operator over the top of the load.

    • Terrain / infrastructure constraints (i.e. batter, gutters, etc.) that limit a loader’s reach from the roadside over the stockpile.

    Variable product size and age requiring variable pinch pressure to avoid product breakage

     

 

Estimated Timeframe for Delivery

 

Open RFP process 1 February 2019

 

Close of Proposal submissions          29 March 2019

 

Evaluation and short listing of Proposals       12 April 2019

 

Awarding of Contract(s)          After 26 April 2019

Commencement of Contract(s)          01 August 2019


Multi Agency Access

No

Participation Instructions

?View help on downloadSoftcopy Download a softcopy - free
?View help on lodgeResponse Lodge a response

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more