agenda of technical services committee meeting - 7 october ... · minutes of the technical services...
TRANSCRIPT
CITY OF ARMADALE
AGENDA
OF THE TECHNICAL SERVICES COMMITTEE TO BE HELD IN THE
COMMITTEE ROOM, ADMINISTRATION CENTRE, 7 ORCHARD AVENUE,
ARMADALE ON MONDAY, 7 OCTOBER 2019 AT 5.30PM.
A meal will be served at 6:15 p.m.
PRESENT:
APOLOGIES:
OBSERVERS:
IN ATTENDANCE:
PUBLIC:
“For details of Councillor Membership on this Committee, please refer to the City’s website
– www.armadale.wa.gov.au/your council/councillors.”
TECHNICAL SERVICES 2 7 OCTOBER 2019
COMMITTEE
DISCLAIMER
The Disclaimer for protecting Councillors and staff from liability of information and advice
given at Committee meetings to be read.
DECLARATION OF MEMBERS’ INTERESTS
QUESTION TIME
Public Question Time is allocated for the asking of and responding to questions raised by members of the public. Minimum time to be provided – 15 minutes (unless not required).
Policy and Management Practice EM 6 – Public Question Time has been adopted by Council
to ensure the orderly conduct of Public Question time and a copy of this procedure can be
found at http://www.armadale.wa.gov.au/PolicyManual.
It is also available in the public gallery.
The public’s cooperation in this regard will be appreciated.
DEPUTATION
CONFIRMATION OF MINUTES
RECOMMEND
Minutes of the Technical Services Committee Meeting held on 2 September 2019 be
confirmed.
ITEMS REFERRED FROM INFORMATION BULLETIN
If any of the items from the Information Bulletin require clarification or a report for a decision of
Council, this item to be raised for discussion at this juncture.
CONTENTS
TECHNICAL SERVICES COMMITTEE
7 OCTOBER 2019
1. TENDERS
1.1 TENDER 12/19 - DESIGN AND CONSTRUCTION OF CROSS PARK CRICKET
PAVILION ........................................................................................................................................4
1.2 TENDER 16/19 - DESIGN AND CONSTRUCTION OF NOVELLI PAVILION ........................ 10
1.3 TENDER 17/19 - MINOR BUILDING MAINTENANCE SERVICES ........................................ 16
2. MISCELLANEOUS
2.1 CONFERENCE ATTENDANCE - 2019 ENVIRONMENT INSTITUTE OF
AUSTRALIA AND NEW ZEALAND (EIANZ) CONFERENCE ................................................ 22
2.2 ABSENCE OF EXECUTIVE DIRECTOR TECHNICAL SERVICES -
APPOINTMENT OF ACTING EXECUTIVE DIRECTOR TECHNICAL SERVICES ............... 26
3. COUNCILLORS’ ITEMS
NIL ............................................................................................................................................................ 28
4. EXECUTIVE DIRECTOR TECHNICAL SERVICES REPORT
NIL. ........................................................................................................................................................... 28
SUMMARY OF ATTACHMENTS .................................................................................................................. 29
TECHNICAL SERVICES 4 7 OCTOBER 2019
COMMITTEE - Tenders
1.1 - TENDER 12/19 - DESIGN AND CONSTRUCTION OF CROSS PARK CRICKET
PAVILION
WARD
: HILLS In Brief:
Tender 12/19 was recently advertised for
Design and Construction of Cross Park
Cricket Pavilion.
Seven (7) tenders were received by the
specified closing time and evaluated
against compliance and qualitative
criteria.
This report recommends that Council
accept the tender from Alita Enterprises
Pty Ltd.
FILE No.
:
DATE
: 11 October 2017
REF
: AB
RESPONSIBLE
MANAGER
Executive Director
Technical Services
Tabled Items
Nil.
Decision Type
☐ Legislative The decision relates to general local government legislative
functions such as adopting/changing local laws, town planning
schemes, rates exemptions, City policies and delegations etc.
☒ Executive The decision relates to the direction setting and oversight role of
Council.
☐ Quasi-judicial The decision directly affects a person’s rights or interests and
requires Councillors at the time of making the decision to adhere to
the principles of natural justice.
Officer Interest Declaration
Nil.
Strategic Implications
2.2 Attractive and Functional Public Places
2.2.1 Deliver attractive and functional streetscapes, open spaces, City buildings
and facilities
TECHNICAL SERVICES 5 7 OCTOBER 2019
COMMITTEE - Tenders
Legislative Implications
Assessment of legislation indicates the following apply:
Section 3.57 Local Government Act 1995 – Tenders for providing goods or services
Division 2 Local Government (Functions and General) Regulations 1996 – Tenders for
providing goods or services
Council Policy/Local Law Implications
Assessment of Policy/Local Law indicates that the following is applicable:
Council Policy ADM 19 – Procurement of Goods and Services
Budget/Financial Implications
The proposed expenditure can be accommodated in the City’s 2019/20 Budget and Long
Term Financial Plan estimates.
Consultation
Inter Directorate.
BACKGROUND
Tender 12/19 for Design and Construction of Cross Park Cricket Pavilion was advertised in
the 20 July 2019 edition of the West Australian newspaper, the City’s website and in a notice
which was displayed on the Administration Centre, Armadale and Kelmscott Libraries’
public notice boards.
The City requires a suitably qualified, resourced and experienced contractor to design and
build the Cross Park Cricket Pavilion, as per the design brief and specification.
DETAILS OF PROPOSAL
Council approval is sought to award the tender for Design and Construction of the Cross Park
Cricket Pavilion for a period of 12 months commencing 15 October 2019.
TECHNICAL SERVICES 6 7 OCTOBER 2019
COMMITTEE - Tenders
COMMENT
Analysis
The advertising period closed at 2.00pm on 20 August 2019.
Tenders were received from:
Tenderer’s Name
1. Alita Enterprises Pty Ltd (Alita Enterprises)
2. McCorkell Constructions (WA) Pty Ltd (McCorkell Constructions)
3. Devlyn Australia Pty Ltd
4. Byte Construct Pty Ltd (Byte Construct)
5. Geared Construction Pty Ltd (Geared Construction)
6. LKS Constructions (WA) Pty Ltd
7. Bistel Constructions Pty Ltd (Bistel Constructions)
All tenders were assessed against compliance criteria and were found to be conforming.
No tenders were received after the close of deadline.
An evaluation process was undertaken having specific regard to the following Qualitative
Criteria:
Relevant Experience (30% weighting)
This criterion required tenderers to provide details of previous similar projects, including
details of:
Contract requirements including each service requirement
Outcomes for each service area
Any issues that arose and how they were managed
How works scheduling was achieved
Final contract value
Contact details of referees for each example.
All tenderers provided evidence of similar projects. The submissions from Alita Enterprises,
Byte Construct and Bistel Constructions provided a more comprehensive response to each of
the criteria. The submission from Alita Enterprises demonstrated substantial experience, not
only with similar projects but also outlined their specific experience with design and
construction contracts as well as guaranteed maximum price contracts.
TECHNICAL SERVICES 7 7 OCTOBER 2019
COMMITTEE - Tenders
Key Personnel Skills and Experience (25% weighting)
This criterion required tenderers to provide information on the resources to be allocated to the
project, including:
Details of designated plant, equipment and materials
Qualifications and curriculum vitae for each of the nominated key personnel
Allocated percentage of time for key personnel allocated to the project
Commitment schedule demonstrating the tenderer’s availability to undertake the
project.
All tenderers fielded strong teams in both design and construction. In particular, the
submissions from Alita Enterprises and Bistel Constructions presented key personnel with
specific experience directly relevant to the project (managing design and construction
projects, sporting facilities, etc.).
Methodology (25% weighting)
This criterion required tenderers to provide the following:
Statement of design methodology
Statement of construction methodology, including site and traffic management,
sequencing, commissioning and defect rectification
Detailed project program
Risk, OHS and environmental considerations.
The submissions from Alita Enterprises, McCorkell Constructions and Bistel Constructions
provided extremely detailed statements of methodology for both design and construction, as
well as addressing site management and safety. The submission from Alita Enterprises
clearly demonstrated how they manage the entire design and construction process, as well as
detailed environmental management throughout the project.
Sustainable Impacts (20% weighting)
This criterion required tenderers to provide:
Environmental impacts (reduction in waste, pollutants, etc.)
Social impacts (local business support, working conditions, governance)
Economic impacts (efficiencies and operating costs, innovation, etc).
Most of the submissions adequately addressed this criterion. Geared Construction provided
excellent environmental credentials, followed closely by Alita Enterprises and
McCorkell Constructions. Most tenderers strive to utilise local subcontractors and locally
sourced materials, however Alita Enterprises (as a locally based organisation) were able to
best demonstrate this element of the criterion.
TECHNICAL SERVICES 8 7 OCTOBER 2019
COMMITTEE - Tenders
Pricing (non-weighting)
This criterion required tenderers to submit prices for works as outlined in the tender
specification and drawings. The tendered prices were structured as a Lump Sum guaranteed
maximum price. The non-weighted cost method was used in the evaluation of the tender. The
tenders were ranked according to the qualitative criteria and then the evaluation panel
assessed the price component to determine the tender that is most advantageous to the City.
Ranking of the compliant applicants as determined by the evaluation panel:
Tenderer R
elev
an
t
Ex
per
ien
ce
Key
Per
son
nel
Sk
ills
an
d
Res
ou
rces
Met
ho
do
logy
Su
stain
ab
le
Imp
act
s
To
tal
Ra
nk
ing
30% 25% 25% 20%
Alita Enterprises Pty Ltd (Alita
Enterprises) 23.00 17.50 19.17 14.67 74.34 1
McCorkell Constructions (WA) Pty Ltd
(McCorkell Constructions) 19.50 16.67 17.92 14.00 68.09 3
Devlyn Australia Pty Ltd 18.00 14.17 15.83 12.67 60.67 6
Byte Construct Pty Ltd (Byte Construct) 21.50 15.00 17.08 12.33 65.91 4
Geared Construction Pty Ltd (Geared
Construction) 19.50 13.75 16.67 15.33 65.25 5
LKS Constructions (WA) Pty Ltd 17.50 16.25 15.42 10.00 59.17 7
Bistel Constructions Pty Ltd (Bistel
Constructions) 21.50 16.25 17.92 13.67 69.34 2
Based on the panel’s evaluation, using a combination of the above qualitative criteria and
price, the tender from Alita Enterprises Pty Ltd represents the most advantageous tender.
CONCLUSION
Tenders for Design and Construction of Cross Park Cricket Pavilion were recently invited
with seven (7) tenders received and assessed by an evaluation panel against compliance and
qualitative criteria.
The result was that the tender received from Alita Enterprises Pty Ltd represented the most
advantageous tender to the City.
The evaluation panel therefore recommends that the contract be awarded to Alita Enterprises
Pty Ltd.
TECHNICAL SERVICES 9 7 OCTOBER 2019
COMMITTEE - Tenders
NB: The Confidential Attachment to this report detailing the recommended tenderer’s
price/consideration will be made public when Council has accepted the successful
tender.
RECOMMEND
That Council, in regard to Tender 12/19 for Design and Construction of Cross Park
Cricket Pavilion:
Accept the tender from Alita Enterprises Pty Ltd commencing 15 October 2019 in
accordance with:
The tenderer’s submitted Lump Sum consideration as presented in Confidential
Attachment 1.1.1
Council’s contract documentation, Budget and Long Term Financial Plan
estimates.
ATTACHMENTS 1.1.1. Confidential Attachment - TEN12/19- Design and Construction of Cross Park Cricket
Pavilion - Price Consideration - This matter is considered to be confidential under Section
5.23(2) (c) of the Local Government Act, as it deals with the matter relates to a contract
entered into or which may be entered into by the City of Armadale
TECHNICAL SERVICES 10 7 OCTOBER 2019
COMMITTEE - Tenders
1.2 - TENDER 16/19 - DESIGN AND CONSTRUCTION OF NOVELLI PAVILION
WARD
: LAKE In Brief:
Tender 16/19 was recently advertised for
Design and Construction of Novelli
Pavilion.
Ten (10) tenders were received by the
specified closing time and evaluated
against compliance and qualitative
criteria.
This report recommends that Council
accept the tender from Alita Enterprises
Pty Ltd.
FILE No.
:
DATE
: 11 October 2017
REF
: AB
RESPONSIBLE
MANAGER
Executive Director
Technical Services
Tabled Items
Nil.
Decision Type
☐ Legislative The decision relates to general local government legislative
functions such as adopting/changing local laws, town planning
schemes, rates exemptions, City policies and delegations etc.
☒ Executive The decision relates to the direction setting and oversight role of
Council.
☐ Quasi-judicial The decision directly affects a person’s rights or interests and
requires Councillors at the time of making the decision to adhere to
the principles of natural justice.
Officer Interest Declaration
Nil.
Strategic Implications
2.2 Attractive and Functional Public Places
2.2.1 Deliver attractive and functional streetscapes, open spaces, City buildings
and facilities
TECHNICAL SERVICES 11 7 OCTOBER 2019
COMMITTEE - Tenders
Legislative Implications
Assessment of legislation indicates the following apply:
Section 3.57 Local Government Act 1995 – Tenders for providing goods or services
Division 2 Local Government (Functions and General) Regulations 1996 – Tenders for
providing goods or services
Council Policy/Local Law Implications
Assessment of Policy/Local Law indicates that the following is applicable:
Council Policy ADM 19 – Procurement of Goods and Services
Budget/Financial Implications
The proposed expenditure can be accommodated in the City’s 2019/20 Budget and Long
Term Financial Plan estimates.
Consultation
Inter Directorate.
BACKGROUND
Tender 16/19 for Design and Construction of Novelli Pavilion was advertised in the
20 July 2019 edition of the West Australian newspaper, the City’s website and in a notice
which was displayed on the Administration Centre, Armadale and Kelmscott Libraries’
public notice boards.
The City requires a suitably qualified, resourced and experienced contractor to design and
build the Novelli Pavilion, as per the design brief and specification.
DETAILS OF PROPOSAL
Council approval is sought to award the tender for Design and Construction of the Novelli
Pavilion commencing 15 October 2019.
TECHNICAL SERVICES 12 7 OCTOBER 2019
COMMITTEE - Tenders
COMMENT
Analysis
The advertising period closed at 2.00pm on 20 August 2019.
Tenders were received from:
Tenderer’s Name
1. Alita Enterprises Pty Ltd (Alita Enterprises)
2. LKS Constructions (WA) Pty Ltd
3. McCorkell Constructions (WA) Pty Ltd (McCorkell Constructions)
4. Geared Construction Pty Ltd (Geared Construction)
5. AE Hoskins Building Services
6. Pindan Projects WA Pty Ltd
7. Devlyn Australia Pty Ltd (Devlyn Australia)
8. Byte Construct Pty Ltd (Byte Construct)
9. Shelford Constructions Pty Ltd (Shelford Constructions)
10. Bistel Constructions Pty Ltd (Bistel Constructions)
All tenders were assessed against compliance criteria and were found to be conforming.
No tenders were received after the close of deadline.
An evaluation process was undertaken having specific regard to the following Qualitative
Criteria:
Relevant Experience (30% weighting)
This criterion required tenderers to provide details of previous similar projects, including
details of:
Contract requirements, including each service requirement
Outcomes for each service area
Any issues that arose and how they were managed
How works scheduling was achieved
Final contract value
Contact details of referees for each example.
The submissions from Alita Enterprises, McCorkell Constructions and Byte Construct all
provided evidence of similar size and value projects. The submission from Alita Enterprises
provided evidence of a strong ‘solutions based’ approach to both design and construction,
playing a proactive role in the complete process. Alita Enterprises also provided more details
regarding their experience with both design and construction as well as guaranteed maximum
price contracts than the other submissions.
TECHNICAL SERVICES 13 7 OCTOBER 2019
COMMITTEE - Tenders
Key Personnel Skills and Experience (25% weighting)
This criterion required tenderers to provide information on the resources to be allocated to the
project, including:
Details of designated plant, equipment and materials
Qualifications and curriculum vitae for each of the nominated key personnel
Allocated percentage of time for key personnel allocated to the project
Commitment schedule demonstrating the tenderer’s availability to undertake the
project.
Submissions varied significantly in the level of information provided in response to this
criterion. Shelford Constructions, AE Hoskins Building Services and Alita Enterprises
provided detailed information across each of the key components of this criterion.
Alita Enterprises also provided a detailed breakdown of their commitment schedule and
allocation of key personnel.
Methodology (25% weighting)
This criterion required tenderers to provide the following:
Statement of design methodology
Statement of construction methodology, including site and traffic management,
sequencing, commissioning and defect rectification
Detailed project program
Risk, OHS and environmental considerations.
The submissions from Geared Construction, Devlyn Australia and Shelford Constructions all
provided well structured methodologies. As well as providing comprehensive methodologies
for both design and construction, Alita Enterprises also provided a very detailed project plan
and description of their processes from inception through to defect rectification.
Sustainable Impacts (20% weighting)
This criterion required tenderers to provide:
Environmental impacts (reduction in waste, pollutants, etc.)
Social impacts (local business support, working conditions, governance)
Economic impacts (efficiencies and operating costs, innovation, etc).
Alita Enterprises, Bistel Constructions and Geared Construction all provided strong responses
to this criterion. Geared Construction provided significant evidence of their environmental
credentials. Bistel Constructions provided detailed evidence across all three categories.
Alita Enterprises, whilst providing detailed evidence addressing this criterion, also provided
additional evidence to support their use of local subcontractors and locally sourced materials.
TECHNICAL SERVICES 14 7 OCTOBER 2019
COMMITTEE - Tenders
Pricing (non-weighting)
This criterion required tenderers to submit prices for the works as outlined in the tender
specification and drawings. The tendered prices were structured as a Lump Sum guaranteed
maximum price. The non-weighted cost method was used in the evaluation of the tender. The
tenders were ranked according to the qualitative criteria and then the evaluation panel
assessed the price component to determine the tender that is most advantageous to the City.
Ranking of the compliant applicants as determined by the evaluation panel:
Tenderer
Rel
eva
nt
Ex
per
ien
ce
Key
Per
son
nel
Sk
ills
an
d
Res
ou
rces
Met
ho
do
logy
Su
stain
ab
le
Imp
act
s
To
tal
Ra
nk
ing
30% 25% 25% 20%
Alita Enterprises Pty Ltd (Alita
Enterprises) 25.00 19.17 20.83 16.00 81.00 1
LKS Constructions (WA) Pty Ltd 19.00 15.83 16.67 10.00 61.50 8
McCorkell Constructions WA Pty Ltd
(McCorkell Constructions) 21.00 15.00 18.33 14.67 69.00 4
Geared Construction Pty Ltd (Geared
Construction) 18.50 10.83 19.17 15.00 63.50 7
AE Hoskins Building Services 19.50 19.58 18.33 14.33 71.74 3
Pindan Projects WA Pty Ltd 16.50 14.58 13.33 12.67 57.08 10
Devlyn Australia Pty Ltd (Devlyn
Australia) 20.00 14.58 19.17 14.67 68.42 5
Byte Construct Pty Ltd (Byte Construct) 21.00 9.17 17.92 12.67 60.76 9
Shelford Constructions Pty Ltd (Shelford
Construction) 20.50 20.00 19.17 12.67 72.34 2
Bistel Constructions Pty Ltd (Bistel
Constructions) 20.50 12.92 18.83 15.67 67.92 6
Based on the panel’s evaluation, using a combination of the above qualitative criteria and
price, the tender from Alita Enterprises Pty Ltd represents the most advantageous tender.
CONCLUSION
Tenders for Design and Construction of Novelli Pavilion were recently invited with ten (10)
tenders received and assessed by an evaluation panel against compliance and qualitative
criteria.
The result was that the tender received from Alita Enterprises Pty Ltd represented the most
advantageous tender to the City.
The evaluation panel therefore recommends that the contract be awarded to Alita Enterprises
Pty Ltd.
TECHNICAL SERVICES 15 7 OCTOBER 2019
COMMITTEE - Tenders
NB: The Confidential Attachment to this report detailing the recommended tenderer’s
price/consideration will be made public when Council has accepted the successful
tender.
RECOMMEND
That Council, in regard to Tender 16/19 for Design and Construction of Novelli
Pavilion:
Accept the tender from Alita Enterprises Pty Ltd commencing 15 October 2019 in
accordance with:
The tenderer’s submitted Lump Sum consideration as presented in Confidential
Attachment 1.2.1
Council’s contract documentation, Budget and Long Term Financial Plan
estimates.
ATTACHMENTS 1.2.1. Confidential Attachment TEN16/19 - Design and Construction of Novelli Pavillion - Price
Consideration - This matter is considered to be confidential under Section 5.23(2) (c) of the
Local Government Act, as it deals with the matter relates to a contract entered into or
which may be entered into by the City of Armadale
TECHNICAL SERVICES 16 7 OCTOBER 2019
COMMITTEE - Tenders
1.3 - TENDER 17/19 - MINOR BUILDING MAINTENANCE SERVICES
WARD
: ALL In Brief:
Tender 17/19 was recently advertised for
Minor Building Maintenance Services.
Seven (7) tenders were received by the
specified closing time and evaluated
against compliance and qualitative
criteria.
This report recommends that Council
accept the tender from Enviro
Infrastructure Pty Ltd.
FILE No.
:
DATE
: 11 October 2017
REF
: AS
RESPONSIBLE
MANAGER
Executive Director
Technical Services
Tabled Items
Nil.
Decision Type
☐ Legislative The decision relates to general local government legislative
functions such as adopting/changing local laws, town planning
schemes, rates exemptions, City policies and delegations etc.
☒ Executive The decision relates to the direction setting and oversight role of
Council.
☐ Quasi-judicial The decision directly affects a person’s rights or interests and
requires Councillors at the time of making the decision to adhere to
the principles of natural justice.
Officer Interest Declaration
Nil.
Strategic Implications
2.3 Well Managed Infrastructure
2.3.1 Apply best practice design and construction methodologies for the provision
of infrastructure
TECHNICAL SERVICES 17 7 OCTOBER 2019
COMMITTEE - Tenders
Legislative Implications
Assessment of legislation indicates that the following apply:
Section 3.57 Local Government Act 1995 – Tenders for providing goods or services
Division 2 Local Government (Functions and General) Regulations 1996 – Tenders for
providing goods or services
Council Policy/Local Law Implications
Assessment of Policy/Local Law indicates that the following is applicable:
Council Policy ADM 19 – Procurement of Goods and Services
Budget/Financial Implications
The proposed expenditure can be accommodated in the 2019/20 Budget and Long Term
Financial Plan estimates.
Consultation
Inter Directorate.
BACKGROUND
Tender 17/19 for Minor Building Maintenance Services was advertised in the 6 July 2019
edition of the West Australian newspaper, on the City’s website and in a notice which was
displayed on the Administration Centre, Armadale and Kelmscott Libraries’ public notice
boards.
The City requires a suitably qualified contractor to provide minor building maintenance
services. The works shall be limited to maintenance and minor works not exceeding $50,000
such as carpentry/joinery, building maintenance, structural works and roofing repairs. No
electrical, plumbing or air conditioning/HVAC services will be undertaken as part of this
contract.
TECHNICAL SERVICES 18 7 OCTOBER 2019
COMMITTEE - Tenders
DETAILS OF PROPOSAL
Council approval is sought to award the tender for Minor Building Maintenance Services
commencing on 15 October 2019 for a period of three (3) years. Subject to the satisfactory
performance of the contract, the contract may be extended for a further two (2) periods of
twelve (12) months.
COMMENT
Analysis
The advertising period closed at 2pm on Tuesday 23 July 2019.
Tenders were received from:
Tenderer’s Name
1. Quantum Building Services Pty Ltd
2. Woodcourt Pty Ltd (Woodcourt Contructions)
3. JDS Building & Maintenance Services Pty Ltd
4. Enviro Infrastructure Pty Ltd
5. Devco Holdings Pty Ltd ATF Devereux Family Trust T/A Devco
Builders (Devco Builders)
6. Access Without Barriers Pty Ltd T/A AWB Co (Access Without
Barriers Co)
7. Marawar Pty Ltd T/A Marawar (Marawar)
All tenders were assessed against compliance criteria and were found to be conforming.
No tenders were received after the close of deadline.
An evaluation process was undertaken having specific regard to the following Qualitative
Criteria:
Relevant Experience (20% weighting)
This criterion required tenderers to describe their experiences in completing/supplying similar
requirements, particularly for local governments. As a minimum, tenderers were required to
complete a contract brief for at least three examples of similar contracts, including the
following details:
Contract requirements
Examples of customer service and how communication was maintained
Issues that arose during the contract and how these were managed
How safety was maintained
Provision of contact details of two referees for each contract.
TECHNICAL SERVICES 19 7 OCTOBER 2019
COMMITTEE - Tenders
Enviro Infrastructure Pty Ltd, Devco Builders and Access Without Barriers Co scored highest
in this criterion. These companies provided numerous examples of similar previous contracts
in local government and private enterprise demonstrating their relevant experience. These
tenderers also demonstrated good safety management procedures as well as management of
site challenges and issues.
Key Personnel Skills and Experience (30% weighting)
This criterion required tenderers to provide information of personnel and resources to be
allocated to this project, such as:
Designated plant, equipment and materials
Personnel resource levels including trades persons
Qualifications and curriculum vitae of key operational personnel noting experience and
role in similar contracts
Provision of licenses, trade certificates and qualifications, including mandatory
building registration.
Access Without Barriers Co scored highest in this criterion, demonstrating they have well
qualified, experienced staff and adequate resources. They also provided detailed information
regarding allocation of specific personnel to the contract, including their role in the
performance of the contract. Enviro Infrastructure Pty Ltd also demonstrated they have
qualified staff and adequate resources as well as specifying allocated personnel.
Availability and Response Timeframes (20% weighting)
This criterion required tenderers to provide information regarding their availability and
response timeframes such as:
Response timeframes to scheduled work and emergency or urgent callouts
Contract and project commitment schedule demonstrating resource and personnel
availability.
Enviro Infrastructure Pty Ltd and Access Without Barriers Co best addressed this criterion,
demonstrating a good understanding of the requirements, as well as highlighting good out of
hours response times. JDS Building & Maintenance Services Pty Ltd scored poorly on this
criterion as there are concerns that although the processes surrounding their availability and
response timeframes are good, personnel constraints would prevent this from being effective.
TECHNICAL SERVICES 20 7 OCTOBER 2019
COMMITTEE - Tenders
Sustainable Impacts (10% weighting)
This criterion required tenderers to demonstrate their sustainable practices, including details
such as:
Environmental impacts (reduction in waste, pollutants)
Social impacts (local business support, working conditions, governance)
Details of economic impacts (efficiencies and operating costs, innovation)
Marawar scored highest in this criterion as they give back to the community through tree
planting, training of Aboriginal Australians and sponsorship of various foundations.
Enviro Infrastructure Pty Ltd provided a comprehensive response, detailing their ISO
certification. Quantum Building Services Pty Ltd provided good examples of the measures
taken to demonstrate how they are environmentally and socially responsible by reskilling,
donations to charities and assisting the public.
Tendered Price (20% weighting)
This criterion required tenderers to submit prices for services outlined in the tender
specification. The prices were structured as a Schedule of Rates table. The evaluation panel
assessed the total approximate annual cost for each tender. The weighted cost method was
used in the evaluation of the tenders. The tenders were ranked according to the qualitative
criteria and then the evaluation panel assessed the price component to determine the tender
that is most advantageous to the City.
Ranking of the compliant applicants as determined by the evaluation panel:
Tenderer
Rel
evan
t
Exp
erie
nce
Key
Per
son
nel
an
d R
esou
rces
Avail
ab
ilit
y a
nd
Res
pon
se
Tim
efra
mes
Su
stain
ab
le
Imp
act
s
Pri
ce
Tota
l
Ran
kin
g
20% 30% 20% 10% 20%
Quantam Building Services 10.67 15.00 12.00 6.33 10.15 54.15 6
Woodcourt Pty Ltd 10.33 14.00 8.00 6.00 8.96 47.29 7
JDS Building & Maintenance
Services Pty Ltd 10.00 15.50 6.67 4.67 19.14 55.98 5
Enviro Infrastructure Pty Ltd 14.00 20.50 13.67 6.67 12.35 67.19 1
Devco Builders 14.00 20.00 12.67 6.00 13.41 66.08 2
Access Without Barriers Pty
Ltd T/A AWB Co (Access
Without Barriers Co)
14.33 21.00 15.33 5.67 8.47 64.80 3
Marawar Pty Ltd 12.00 18.50 12.00 7.00 9.41 58.91 4
Based on the panel’s evaluation, using a combination of the above qualitative criteria and
price, the tender from Enviro Infrastructure Pty Ltd represents the most advantageous tender.
TECHNICAL SERVICES 21 7 OCTOBER 2019
COMMITTEE - Tenders
CONCLUSION
Tenders for Minor Building Maintenance Services were recently invited with seven (7)
tenders received and assessed by an evaluation panel against compliance and qualitative
criteria.
The result was that the tender received from Enviro Infrastructure Pty Ltd represented the
most advantageous tender to the City.
The evaluation panel therefore recommends that the contract be awarded to
Enviro Infrastructure Pty Ltd for a period of three (3) years.
NB: The Confidential Attachment to this report detailing the recommended tenderer’s
price/consideration will be made public when Council has accepted the successful
tender.
RECOMMEND
That Council, in regard to Tender 17/19 for Minor Building Maintenance Services:
1. Accept the tender from Enviro Infrastructure Pty Ltd for a period of three (3)
years commencing 15 October 2019 in accordance with:
The tenderer’s submitted Schedule of Rates as presented in Confidential
Attachment 1.3.1
Council’s contract documentation, Budget and Long Term Financial Plan
estimates.
2. Authorise the Chief Executive Officer to extend the contract for two (2) periods of
twelve (12) months subject to satisfactory performance by the contractor and
price adjustments, as specified in the Request for Tender Special Conditions of
Contract Clause 4.1.
ATTACHMENTS 1.3.1. Confidential Attachment - Tender 17/19 - This matter is considered to be confidential
under Section 5.23(2) (c) of the Local Government Act, as it deals with the matter relates to
a contract entered into or which may be entered into by the City of Armadale
TECHNICAL SERVICES 22 7 OCTOBER 2019
COMMITTEE - Miscellaneous
2.1 - CONFERENCE ATTENDANCE - 2019 ENVIRONMENT INSTITUTE OF
AUSTRALIA AND NEW ZEALAND (EIANZ) CONFERENCE
WARD
: ALL In Brief:
The 2019 Environment Institute of
Australia and New Zealand (EIANZ)
Annual Conference is to be held
on 4-5 November 2019 in Adelaide,
South Australia.
This report calls for nominations for
Councillors’ attendance at the
conference.
FILE No.
: M/437/19
DATE
: 27 June 2019
REF
: NB/DH
RESPONSIBLE
MANAGER
: Executive Director
Technical Services
Tabled Items
Nil.
Decision Type
☐ Legislative The decision relates to general local government legislative
functions such as adopting/changing local laws, town planning
schemes, rates exemptions, City policies and delegations etc.
☒ Executive The decision relates to the direction setting and oversight role of
Council.
☐ Quasi-judicial The decision directly affects a person’s rights or interests and
requires Councillors at the time of making the decision to adhere to
the principles of natural justice.
Officer Interest Declaration
Nil.
TECHNICAL SERVICES 23 7 OCTOBER 2019
COMMITTEE - Miscellaneous
Strategic Implications
4.1 Visionary Civic leadership and sound governance
4.1.3 Support the role of the elected body
4.1.3.2 Deliver to Councillors appropriate training and development
opportunities
4.1.3.3 Advocate and support Councillor engagement in outside bodies
and events to maintain awareness and enhance the City's
knowledge base
Legislative Implications
General assessment of relevant legislation (e.g. Local Government Act) has not revealed any
restrictions.
Council Policy/Local Law Implications
Assessment of Policy/Local Law indicates that the following is applicable:
Council Policy ADM3 – Conferences, Seminars and Training
Budget/Financial Implications
Allowances for Councillor and officer attendance at conferences have been made within the
2019/20 budget.
Consultation
Inter Directorate.
BACKGROUND
The 2019 Environment Institute of Australia and New Zealand (EIANZ) Annual Conference
is to be held at the Adelaide Convention Centre 4-5 November 2019.
There are several noteworthy events taking place before, during and after the conference
itself. Field trips will be held on Wednesday 6 November. The gala dinner and awards night
will be held on Monday 4 November in the State Library of South Australia.
The EIANZ annual conference is the institute’s signature event each year, inspiring
practitioners and providing exceptional professional development and networking
opportunities to EIANZ members and colleagues. This year the theme is Resilience and
Innovation.
TECHNICAL SERVICES 24 7 OCTOBER 2019
COMMITTEE - Miscellaneous
DETAILS OF PROPOSAL
The 2019 EIANZ Annual Conference program includes inspiring speakers from diverse
backgrounds in business, advocacy, indigenous knowledge, communications, science,
environmental law and planning.
Speakers include:
Dr Helen Murphy, CSIRO
The Honourable David Speirs MP
Anton Andreachhio, Convergen
ChlÖe Swarbrick MP, Green Party of Aotearoa New Zealand
Prof. Andy Koronios, University of South Australia
Sandy Verschoor, Lord Mayor of Adelaide
The conference provides an opportunity to interact with leaders in the field, attend valuable
educational sessions and gain specific environmental industry knowledge. Councillors should
note the attendance of officers as delegates to the 2019 Environment Institute of Australia and
New Zealand (EIANZ) Annual Conference.
COMMENT
The conference covers a wide range of topics relevant to the activities and functions
performed by the City and Councillors will benefit from thought provoking workshops and a
speed plenary session; which are true to the conference topic of Resilience and Innovation.
Topics to be covered during the conference include:
Advancing Knowledge Integrated Assessment
Strategic Planning and IA Industry Cases Strategic Environment Assessment
Succession Planning Environment Awareness and Management
Energy and Renewables – Innovatively Building Resilience
Communities and Cities – Regulatory
The conference delivers content that is particularly relevant to the work program of the City’s
Environmental Services Department. For example, there are presentation streams on Energy
and Renewables, Strategic Environmental Assessment and Environmental Awareness and
Management. Information obtained will be used in the planning assessment process, the
City’s program of works and carbon mitigation projects.
The attached program (Attachment 2.1.1) provides further detail regarding the conference
topics.
The cost for attendance over the two day conference, including air fares and accommodation
is approximately $2,500 per person.
TECHNICAL SERVICES 25 7 OCTOBER 2019
COMMITTEE - Miscellaneous
Councillors should note Policy and Management Practice ADM 3 - Conferences, Seminars
and Training, item 2 (d) of the Management Practice states that:
“Where a member of Council at the date of the conference, seminar or training course has an
electoral term of less than six (6) months to complete, such member shall be ineligible to
attend unless such is specifically authorised by Council.”
CONCLUSION
The EIANZ conference is held annually and the 2019 program offers topics that are relevant
to the City, now and into the future.
The conference brings together leading professionals from across Australia and the world to
share best practice, innovation and discuss trends within the environment industry. This
annual event offers two full days of learning, networking and skill building.
Attendance at the conference is considered beneficial and a Councillor delegate is sought.
RECOMMEND
That Council:
Nominate Councillor ………....…… as a delegate to the
2019 Environment Institute of Australia and New Zealand (EIANZ) Annual
Conference to be held on 4-5 November 2019 in Adelaide, South Australia.
Or should no nomination be received, then the recommendation is as follows:
Make no nomination for Councillor attendance at the
2019 Environment Institute of Australia and New Zealand (EIANZ) Annual
Conference.
ATTACHMENTS
2.1.1.⇩ EIANZ - Annual Conference Program Guide 2019
TECHNICAL SERVICES 1 7 OCTOBER 2019 COMMITTEE - Miscellaneous 2.2 - ABSENCE OF EXECUTIVE DIRECTOR TECHNICAL SERVICES - APPOINTMENT OF ACTING EXECUTIVE DIRECTOR TECHNICAL SERVICES WARD
: ALL In Brief: Advise the proposed absence of the
Executive Director Technical Services for the period 22 November 2019 to 13 December 2019 inclusive.
This report recommends that Council
note the absence of the Executive Director Technical Services and appoint the Executive Manager Technical Services as the Acting Executive Director during the period of leave.
FILE No.
: M/655/19
DATE
: 26 September 2019
REF
: AO
RESPONSIBLE MANAGER
: Executive Director Technical Services
Tabled Items Nil. Decision Type ☐ Legislative The decision relates to adopting/changing local laws, town planning
schemes, and City policies. ☒ Executive The decision relates to the direction setting and oversight role of
Council. ☐ Quasi-judicial The decision directly affects a person’s rights or interests and
requires Councillors at the time of making the decision to adhere to the principles of natural justice.
Officer Interest Declaration Nil. Strategic Implications Nil. Legislative Implications General assessment of relevant legislation (eg Local Government Act) has not revealed any restrictions.
TECHNICAL SERVICES 2 7 OCTOBER 2019 COMMITTEE - Miscellaneous Council Policy/Local Law Implications Assessment of Policies/Local Laws indicates that the following is applicable. ADM12 – Acting ‘Senior’ Positions Budget/Financial Implications The higher duties payment associated with this matter can be accommodated within the 2019/20 Budget. Consultation Chief Executive Officer. DETAILS OF PROPOSAL In accordance with current practice, Council is required to note leave taken by the Executive Director and appoint the Executive Manager Technical Services, Mr Theo Naudé as Acting Executive Director Technical Services for the period of leave. RECOMMEND That Council pursuant to Management Practice ADM12 and on the recommendation of the Chief Executive Officer, appoint the Executive Manager Technical Services, Mr Theo Naudé as Acting Executive Director Technical Services for the period 22 November 2019 to 13 December 2019. ATTACHMENTS There are no attachments for this report.
TECHNICAL SERVICES 28 7 OCTOBER 2019
COMMITTEE
COUNCILLORS’ ITEMS
Nil.
EXECUTIVE DIRECTOR TECHNICAL SERVICES REPORT
Nil.
MEETING DECLARED CLOSED AT ___________
TECHNICAL SERVICES 29 7 OCTOBER 2019
COMMITTEE
TECHNICAL SERVICES COMMITTEE
SUMMARY OF ATTACHMENTS 7 OCTOBER 2019
ATT
NO. SUBJECT PAGE
2.1 CONFERENCE ATTENDANCE - 2019 ENVIRONMENT INSTITUTE OF AUSTRALIA
AND NEW ZEALAND (EIANZ) CONFERENCE
2.1.1 EIANZ - Annual Conference Program Guide 2019 30