Simple keyword search and advanced search
close
or

View Scheme - SCM0053

Scheme ID SCM0053
Starts 1-May-2013
Ends 21-Dec-2023
RFT Publish Date 25-Sep-2014
RFT Close Date & Time
21-Dec-2023 12:00am
ABN Required Yes
 
RFT Type Scheme Invitation
Agency Digital & ICT
Category Telecommunications

Contact Person
NSWBUY
Phone: 1800 679 289
ITS2573@customerservice.nsw.gov.au

Scheme Details

The ITS2573 scheme is a whole-of-government arrangement for the provision of a broad range of operational telecommunications and radio communications equipment, infrastructure, and services to support the operational delivery by NSW Government agencies and other eligible buyers.

It includes goods and services for government-operated networks.

The Scheme offers three categories with relevant subcategories that suppliers can register under.

Visit the ITS2573 Scheme page on https://buy.nsw.gov.au/schemes/operational-telecommunications-equipment-infrastructure-and-services-scheme for full details.

The information displayed below is a read-only version of the application process.

Vendor Instruction

Start the application* on the ITS2573 scheme page on eTendering.

Complete the relevant questionnaire (registered or prequalified) by providing the information requested and submitting the documents as required.

Submit the application. We will review the application as specified in section 11, 'Conditions for Participation' of the Scheme Rules and Conditions.

You will receive an email with the outcome of your application. 

*It is recommended that the applicant submit the application from a generic/ proxy email address (such as tenders@###.com.au) that the relevant people in your organization will have access to. Tendering opportunities will typically be sent to the email address that submitted the application.

 


Prequalification Types

Registered Supplier List

Suppliers on the Registered Supplier List are approved for contracts valued at up to $150,000 each (inclusive GST) and low risk. 

Prequalified Supplier List

Suppliers on Prequalified Supplier List are approved for contracts exceeding $150,000 each (inclusive of GST) or high risk.


Documents

Terms and Conditions

Capabilities

The Applicant must identify its areas of substantial expertise by nominating the categories in which it is seeking prequalification.

Equipment
  • A. Link Equipment
    Backhaul link equipment, including: Antennas, feeders, protection (e.g. vermin proofing, earthing), cable management (but not cable trays) equipment. NTU & network multiplexing, routers, switching and IT Infrastructure equipment.
  • A. Network Equipment
    Radio and data base stations, including: multicoupling and combiners, related IP equipment and controlling equipment.
  • A. Power Equipment
    Batteries, rectifiers, inverters, power management systems which support Category A & B equipment.
  • A. Satellite Equipment
    Satellite terminal equipment for operating mission critical communications on a satellite network. This includes satellite equipment for fixed locations, portable (flyaway and transportable) and on-the-move (land, aviation and maritime).
  • A. Terminal Equipment
    Handheld, vehicle mounted and desk mounted radios, pagers, data devices, modems, data collection equipment, smartphones, dispatch equipment. Equipment used to support terminal equipment such as in-car mounts, handheld microphones, device coding keys, power connection cables, device battery charging units and spare batteries.
Infrastructure
  • B. Ancillary Tower infrastructure
    Mounting hardware (face mount, offset, antenna support), cable trays, straps, antenna head frames, tower lighting and lightening protection and tower footings.
  • B. Communications Buildings
    On and off site constructed cabins, huts, shelters and outdoor cabinets. Portable and temporary structures including trailors, specialised vehicles and drop down and pick up cabins. Please note that in supplying this infrastructure respondents should be capable of providing ancillary equipment such as Alarm monitoring & management, miscellaneous cabling, air conditioning, ventilation, miscellaneous electrical, fire extinguishers, WHS/OHS, portable generators.
  • B. Fibre Infrastructure
    All fibre components upto the site termination point, including; Fibre cabling, WDM equipment, splicing, termination and interconnection equipment, fibre testing and monitoring equipment. Specialised fibre network multiplexing, routers and switching equipment not included in Category A.
  • B. Poles/Towers
    Radio antenna supporting structures, including; Towers, guyed masts, poles, roof top structures (e.g. Jumbo Rails)
  • B. Satellite Backhaul
    Ground-based satellite infrastructure including earth station equipment as well as wireless and wired telecommunications services for mission critical communications.
  • B. Security/Safety Systems and devices
    Alarm systems, security coded and keyed entry systems, DC ventilation systems, fire protection systems.
Services
  • C. Construction Services
    Equipment (A) and Infrastructure (B) construction services, including; Rigging, installation, welding, cranes, concreting, fibre ploughing, transportation, deconstruction and disposal services.
  • C. Design Services (Including IT architecture)
    Permits, DAs, Environmental Impact Assessment, documentation, site surveys, structural and geotech assessments, surveyor, spectrum design, radio coverage plot/verification and prediction services.
  • C. Maintenance Services
    Equipment and Infrastructure maintenance (regular and emergency/restoration), deployment of temporary sites; including RF and structural rectification works.
  • C. Project Management Services
    Project management, capacity management, asset management and capitalisation, site acceptance and network deployment
  • C. Satellite Carriage Services
    Carriage of mission critical voice and data via a satellite network
  • C. Strategic Telco Services
    Strategic, technical, commercial planning and advice services which will also include all of the Equipment (A), Infrastructure (B) and Services (C ) categories.

Registered Supplier List Questionnaire

The Applicant must answer the following questions based on the prequalification type they are applying for

Organisation Profile: Experience and Certifications

Referee Reports *

Please provide a minimum of 3 referee reports. If applying for multiple subcategories you must have at least one referee report for each subcategory in your application.

If you apply for a subcategory and it is not substantiated by a referee report you may not be approved for that subcategory.

* Referee reports must be on the template provided.

Referee report template

Response Type: Upload
Quality Management System (QMS) *

Provide evidence of your organisation's Quality Management System including ISO 9001 or equivalent certification.

In absence of any certification, please attach your process document to ensure Quality Management.

Response Type: Upload

Financial Capacity

Financial Capacity *

In submitting this application, applicants confirm all of the following;

  • The applicant is financially solvent; (net tangible assets are greater than its liabilities) 
  • Not subject to insolvency proceedings and;
  • Is able to pay all debts when they are due for payment.

If you are offered work your business may be required to get an independent financial assessment. 

NSW Government agencies are required to assess a contractor’s financial capacity at the time of engagement or tendering, and their ongoing ability to deliver the contracted works throughout the contract period.

Does the applicant agree to the above?

Insurances

Insurances *
Applicants are to hold and maintain relevant insurance policies with limits as follows: 
  • Public Liability Insurance (at least $10,000,000 coverage per claim)
  • Product Liability Insurance (at least $5,000,000 coverage per claim)
  • Workers Compensation Insurance (in accordance with appropriate legislation)
  • Professional Indemnity Insurance (at least $5,000,000 coverage per claim. Only applicable if applying for subcategories under Category C Services providing Construction Services or Professional Services)
To be accepted on the ITS2573 Scheme, it is a condition for all suppliers to provide proof of relevant insurances including Public Liability Insurance, Product Liability Insurance, Professional Indemnity and Workers Compensation at the time of tender or engagement.
 
The type and level of insurance coverage will be determined at the time of tender or engagement by the agencies based on the type of procurement, contract value and risk profile.
 
Does the applicant agree to the above?

Legal

Master Supply Agreement (Registered) for ITS2573 *

Master Supply Agreement (Registered)

All suppliers seeking admission to the Registered Supplier List must use the Master Supply Agreement (Registered) for ITS2573 (Scheme Rules and Conditions clause 15.1).  

Please confirm you have read and agree to the conditions of contract for the Master Supply Agreement (Registered) for ITS2573 (see the attached document).  

Legal Proceedings *

Are you or any of your directors or close associates currently, or have you, or have your directors or close associates been at any time within the last five years, the subject of any or any pending Legal Proceedings?

If yes, please provide thorough detail.

Response Type: Free Text

Prequalified Supplier List Questionnaire

The Applicant must answer the following questions based on the prequalification type they are applying for

Organisation Profile: Experience and Certifications

Referee Reports *

Please provide a minimum of 3 referee reports. If applying for multiple subcategories you must have at least one referee report for each subcategory in your application.

If you apply for a subcategory and it is not substantiated by a referee report you may not be approved for that subcategory.

* Referee reports must be on the template provided.

Referee report template

Response Type: Upload
Quality Management System (QMS) *

Provide evidence of your organisation's Quality Management System including ISO 9001 or equivalent certification.

In absence of any certification, please attach your process document to ensure Quality Management.

Response Type: Upload
Work Health & Safety Management System (WHSMS) *

If you are applying for Category C Services, provide evidence of your Work Health & Safety Management System including any ISO 45001 or equivalent certification.

 

In absence of any certification, please attach your Work Health and Safety Policy or a document to demonstrate work health and safety governance appropriate to the service offering.

 

Response Type: Upload
Environmental Management System (EMS)

Provide evidence of your organisation’s Environmental Management System including any ISO 14001, ISO 20400 or equivalent certification. 

In absence of any certification, please attach your Environmental and Sustainability Policy or a document to demonstrate environmental governance appropriate to the service offering.

Response Type: Upload

Financial Capacity

Financial Capacity *

In submitting this application, applicants confirm all of the following;

  • The applicant is financially solvent; (net tangible assets are greater than its liabilities) 
  • Not subject to insolvency proceedings and;
  • Is able to pay all debts when they are due for payment.

If you are offered work your business may be required to get an independent financial assessment. 

NSW Government agencies are required to assess a contractor’s financial capacity at the time of engagement or tendering, and their ongoing ability to deliver the contracted works throughout the contract period.

Does the applicant agree to the above?

 

Offering

Rates *

Rebate structure, discounts and daily rate card for services.

Please complete and upload the attached template.

Rates Template

Response Type: Upload
Warranties *

Tenderers are required to provide a minimum 12 month warranty in respect of the Goods/Services offered.

Warranties

Please provide details for any extended warranties over and above the minimum 12 month warranty.

Response Type: Free Text
Returns/ replacement process *

Please detail your process for handling equipment found to be Dead on Arrival and detail your return/replacement process.

Response Type: Free Text
Key personnel

If you are applying for any of the Services (C) categories, please complete and upload the attached template.

Key personnel template

Response Type: Upload

Insurances

Insurances *
Applicants are to hold and maintain relevant insurance policies with limits as follows: 
  • Public Liability Insurance (at least $10,000,000 coverage per claim)
  • Product Liability Insurance (at least $10,000,000 coverage per claim)
  • Workers Compensation Insurance (in accordance with appropriate legislation)
  • Professional Indemnity Insurance (at least $5,000,000 coverage per claim. Only applicable if applying for subcategories under Category C Services providing Construction Services or Professional Services as defined in Schedule 5 Services Terms of the Prequalified MSA)
To be accepted on the ITS2573 Scheme, it is a condition for all suppliers to provide proof of relevant insurances including Public Liability Insurance, Product Liability Insurance, Professional Indemnity and Workers Compensation at the time of tender or engagement.
 
The type and level of insurance coverage will be determined at the time of tender or engagement by the agencies based on the type of procurement, contract value and risk profile.
 
Does the applicant agree to the above?

Legal

Master Supply Agreement for ITS2573 *

Master Supply Agreement for ITS2573

All suppliers seeking admission to the Prequalified Supplier List must use the Master Supply Agreement for ITS2573 (Scheme Rules and Conditions clause 15.1).  

Please confirm you have read and agree to the conditions of contract for the Master Supply Agreement for ITS2573 (see the attached document).

Legal Proceedings *

Are you or any of your directors or close associates currently, or have you, or have your directors or close associates been at any time within the last five years, the subject of any or any pending Legal Proceedings?

If yes, please provide thorough detail.

Response Type: Free Text

Amendment History

  1. 4-Mar-2014 9:08am

    Updated contact details for Scheme Manager

  2. 25-Sep-2014 9:17am

    The ITS 2573 - Operational Telecommunications Equipment, Infrastructure and Services Scheme is now permanently open on an ongoing basis to new applications and current approved suppliers wishing to increase their capability offering.

  3. 3-Feb-2015 1:11pm

    extended expiry date as per current agreement

  4. 3-Feb-2015 1:17pm

    updated dates as per current contract expiry details

  5. 24-Nov-2015 2:06pm

    extended RFT closing dates

  6. 18-Jul-2016 8:19am

    Updated definition for referee reports

  7. 18-Jul-2016 8:24am

    Updated definition for referee reports

  8. 1-Feb-2017 11:18pm

    Updated scheme expiry date and removed quetsion on Country Industries Preference Scheme (CIPS)

  9. 20-Feb-2017 4:01pm

    Extended Scheme's application closing date for new suppliers

  10. 24-Mar-2017 8:48am

    Scheme Manager contact details updated

  11. 1-Aug-2017 12:33pm

    Updated contact details

  12. 14-Dec-2017 8:31am

    Updated contact telephone number

  13. 20-Mar-2020 12:00pm

    NSW Telco Authority has made some changes to the ITS2573 Scheme Agreement  to include High Risk works, effective from 20th March 2020

  14. 30-Jun-2020 6:00pm

     

    Changes have been made to the ITS2573 - Operational Telecommunications Equipment, Infrastructure and Services – SCM0053 Scheme to reflect the Procurement (Enforceable Procurement Provisions) Direction 2019. Changes have been made to the following sections in the scheme rules (Terms and Conditions): clauses 5, 6, 7, 8, 9, 10, 11, 12.2, 14.3, 17, 18, 21.4, 22.2, 23, 26, 27.1, 28.2, 28.3, 29.2 and schedules A, B, C. The definitions and hyperlinks have been updated.

     

    Changes have also been made to the Referee report template, the Guidelines for customers and the equote guide.

     

    Reference: Enforceable Procurement Provisions(https://buy.nsw.gov.au/policy-library/policies/enforceable-procurement-provisions )

  15. 29-Jul-2020 1:19pm

    Three new sub categories added to the scheme

    • A. Equipment - Satellite Equipment
    • B. Infrastructure - Satellite Backhaul
    • C. Services - Satellite Carriage Services
  16. 5-Aug-2020 10:28am

    Referee report template has been updated.

  17. 21-May-2021 11:22am

    Uploaded version 3.1 of the Registered MSA. removed High Risk Works and amended the name of the Purchasing Authority to be Department of Customer Service (DCS)

  18. 25-May-2021 10:54am

     

    Uploaded updated versions of Registered Order Form (v2.2) and Prequalified Order Form (v2.2) to align with buy.nsw. Below changes were made to current versions (v2.1) of the Order Forms:

     

    • Amended the name of the Purchasing Authority to be Department of Customer Service (DCS)

    • Added a field for MSA number’

  19. 29-Jun-2021 2:04pm

    Scheme RFT Close Date amended to 30 January 2027 and Scheme End Date to 30 April 2027 to align with buy.nsw’

  20. 20-Dec-2021 5:14pm

    Uploaded updated versions of the Purchase Order Form (v3.0) and General Order Form (v3.0). Changes made to the Order Form includes below:

    • Renamed the documents to ‘Purchase Order Form’ and ‘General Order Form’ to better align with the Master Supply Agreement.
    • Changes to ‘Guidance’ for better clarity when filling out the forms.
    • Amended Item 5, 6, 7 and 8 of the Prequalified Order Form to better clarify.
    • Minor formatting changes to Purchase Order Form and General Order Form.

    No action required from approved suppliers. 

  21. 22-Jul-2022 12:10pm

    Updated Scheme Questionnaire and Scheme Rules and Conditions (Terms and Conditions).

    All buyers and suppliers should familiarise themselves with the updated ITS 2573 Scheme Rules and Conditions before using the Scheme.