Simple keyword search and advanced search
close
or

Environmental Compliance Monitoring Providers for Forestry Corporation of NSW - FC2301

RFT ID FC2301
RFT Type Expression of Interest For Pre-Qualification
Published 8-Feb-2023
Closes 8-Mar-2023 2:00pm
Category Forestry
Agency Department of Regional NSW


Contact Person
Ashleigh Abercrombie
Phone: 02 6585 3744
Mobile: 0432 670 214
ashleigh.abercrombie@fcnsw.com.au

Tender Details

Forestry Corporation’s objectives for this procurement are:

• To establish a panel of pre-qualified environmental compliance monitoring providers to grow compliance resources in line with 2025 Strategy outcomes. The Panel will consist of providers who can undertake (Objective 1):

• Compliance assurance assessments against key environmental legislation including Integrated Forestry Operations Approvals (IFOA) and Plantations & Reafforestation Code,

• ISO14001 & AS4708 surveillance and recertification assessments and,

• Environmental Incident & complaint investigations.

• Subject to the outcome of objective 1, Forestry Corporation will proceed to a second stage of the procurement process whereby selected proponents may be invited to tender for the delivery of a program of compliance assessments pursuant with a set schedule over a twelve (12) month period (Objective 2).

• To undertake the procurement in a fair and equitable manner, consistent with the principles of transparency and accountability.

• To deliver value for money to the Corporation; and

• To support Forestry Corporation’s goal of highest compliance performance and being the safest commercial forest manager in Australasia.

Location

NSW Regions: Far North Coast, Mid North Coast, New England, Central Coast, Hunter, Cumberland/Prospect, Nepean, Northern Sydney, Inner West, South East Sydney, South West Sydney, Central West, Orana/Far West, Riverina/Murray, Illawarra, Southern Highlands

RFT Type

Expression of Interest For Pre-Qualification - An invitation for Expression of Interest (EOI) for pre-registration of prospective tenderers for a type of work or service. Applicants are initially evaluated against published selection criteria. RFT may then be invited from a panel of providers (as Selective, or Invited).

Additional Details / Instructions

The work scope of panelled providers includes (but is not limited to) those activities listed below. Providers may be called upon to perform one or a combination of the activities.

• 1a. Perform Cross-functional Compliance Assessments (CCA) against native forest operations conducted under the Coastal IFOA, South-Western Cypress IFOA, Brigalow Nandewar IFOA, or Riverina Red Gum IFOA utilising Forestry Corporation compliance management system methodologies.

• 1b. Perform CCA’s against softwood and hardwood plantation operations conducted under the Plantations & Reafforestation Code utilising Forestry Corporation compliance management system methodologies.

• 1c. Measure compliance performance and provide assurance against native forest operations conducted under the Coastal IFOA, South-Western Cypress IFOA, Brigalow Nandewar IFOA, Riverina Red Gum IFOA, or Plantations and Reafforestation Code utilising other methodologies.

• 1d. Perform Targeted Compliance Assurance Assessments (TCA) on a variety of environmental matters, systems and procedures

• 2a. Perform environmental incident investigations

• 2b. Investigation of public complaints that relate to our certification, or systems compliance and potential environmental non-conformances.

• 3a. Perform ISO14001 & AS4708 surveillance and recertification audits

• 4a. Perform Forest Stewardship Council (FSC) certification audits or scoping assessments

• 5a. Perform other activities from time to time that relate to compliance monitoring of environmental regulation or operational themes which may include training and procedure writing

 

 

Several panels will be created. Providers may satisfy the criteria for one or more of the panels dependent on their skills and expertise.

 

Address for Lodgement

Submission forms must be submitted electronically via the NSW Government eTender website. https://www.tenders.nsw.gov.au

Conditions for Participation

 

To be eligible for panel acceptance, respondents must:

 

Be an appropriate legal entity:

Panel positions can only be awarded to appropriate legal entities that have the financial resources, and capacity, to complete one or more of the services or works outlined in the scope.

Respondents must have an ABN and are required to be registered for the Goods and Services Tax (GST).

Responses will only be considered from service providers that are able to form a valid contract. Acceptable legal entities include: a sole trader; partnership; holding company; subsidiary company; registered (limited or proprietary limited) company; joint venture and trustee (under certain circumstances).

Entities not acceptable are: those only with business names or trading names without an acceptable legal entity or name; groups of companies (or consortia) without an acceptable legal entity; some trusts; unincorporated partnerships in some cases; or where the entity has a ‘Provisional Liquidator’ or a ‘Receiver and Manager’ appointed, or has gone into voluntary administration.

Demonstrate that they have an effective Safety Management system:

Respondents must demonstrate that they have an effective Safety Management System (SMS), taking into account the level of risk involved in the monitoring work. To do this, respondents must submit the questionnaire below and a copy of the contents page of their SMS Manual or Plan.

The results of the questionnaire will be evaluated to determine whether the respondent’s SMS is sufficiently robust to enable safety risks to be effectively managed. EOI responses that cannot demonstrate an effective SMS will be considered non-conforming and will not be eligible for panel acceptance.

Complete and submit all of the required forms and documents:

Respondents must include all attachments requested in this document in order to submit a compliant EOI. Respondents must complete the following forms and schedules:

            Response Form 1            Respondent details

            Response Form 2            Safety Management System questionnaire

            Response Form 3            EOI response schedules

    • Schedule A         Experience & capability
    • Schedule B         Qualifications & capacity
    • Schedule C         Pricing schedule
    • Schedule D         Past performance and client relationship

            Response Form 4            Checklist and declaration

            Valid Workers Compensation Insurance certificate of currency

            Valid Public Liability (to the value of $20million) certificate of currency


Multi Agency Access

No