Closed

Biosolids Removal, Transport and Beneficial Reuse

Tender ID: 596756


Tender Details

Tender #:
RFT T-2025-23  
Status:
Closed
Publish Date:
7 October 2025
Closing Date:
28 October 2025
Closing Time:
03:00 PM (Australia/NSW)

Tender Description

Council (the Principal) is seeking Tenders from appropriately qualified and experienced Contractors for the dewatering, transport and beneficial reuse of biosolids from Council’s sewage treatment plants.

A more detailed brief of the extent of services required by Council is set out in Volume 1 - Specification which is included as part of the Request for Tender documentation.

In accordance with section 55 of the Local Government Act 1993, Council invites tenders in accordance with this Invitation and the following accompanying documents:

  •  Volume 1 - Specification
  •  Volume 2 - Response Schedules
  •  Volume 3 - Conditions of Contract, and
  •  Any published Addenda

Requirements

Mandatory requirements

There are no mandatory requirements for this opportunity.

Opportunity requirements

1. Mandatory - Attendance at the Tender Briefing / Site inspection

Did the Contractor / Contractor’s Representative attend the Mandatory Tender Briefing/Site Inspection?

Response type

Radio button (Yes/No)

2. Mandatory: Work Health and Safety Management System

Does the Respondent have a WHS Management System accredited by a third party certifying body registered with the Joint Accreditation System in Australia and New Zealand?

If the answer to the above question is ‘Yes’, please attach a copy of your current certification.

If the answer to the above question is ‘No’, please provide information of alternative to ensure safety compliance.

Please provide details (and examples) of the systems, processes and procedures that you have in place for ensuring that due diligence is demonstrated for meeting the required work health & safety responsibilities under the proposed contract (e.g. strategies, policies, procedures, systems, staff consultation and training, incident management).

Response type

File upload (Multiple)

3. Mandatory: Environmental Management System

Does the Respondent have a third party accredited environmental management system?

If the answer to the above question is ‘Yes’, please attach a copy of your current certification.

If the answer to the above question is ‘No’, please provide information of alternative to ensure envirnomental compliance.

Please provide details (and examples) of the systems, processes and procedures that you have in place for ensuring that due diligence is demonstrated for meeting the required environmental responsibilities under the proposed contract (e.g. strategies, policies, procedures, systems, staff consultation and training, incident management).

Response type

File upload (Multiple)

4. Mandatory: Licences

Does the Contractor have appropriate licences to carry out the work?

  •  Truck (heavy vehicle etc)
  •  Crane
  •  Loader
  •  White Card

Response type

File upload (Multiple)

5. Mandatory: Volume 2 - Response Schedules

This Volume contains Response Schedules to be completed and submitted as part of the Respondent’s proposal and will be used to evaluate the submission in accordance with the established Mandatory Criteria, Non-cost Weighted Criteria and Cost Weighted Criteria.

Response type

File upload (Multiple)

Response templates

T-2025-23 Volume 2 - Response Schedules.docx (818 KB)

6. Mandatory - Public Liability Insurance - minimum $20 million

Insurance against the death or injury to any third party or parties or loss of or damage to any property including loss of use of property whether it is damaged or not whatsoever caused during the course of the contract. The policy shall have a limit of indemnity of not less than the amount indicated for any one occurrence.

Response type

File upload (Multiple)

7. Mandatory - Workers Compensation Insurance

Workers Compensation/ Personal Accident and Illness Insurance or Personal Income Protection.

Insurance against any death of or injury to persons employed by the Supplier as required by the Workers Compensation Act 1987.

In the event of the Contractor being a Sole Trader or Partnership, the Contractor must provide Council with a copy of either a Personal Accident and Illness Insurance Policy or a Personal Income Protection Policy.

Response type

File upload (Multiple)

8. Mandatory - Comprehensive Motor Vehicle Insurance

In the case of any motor vehicle used in the performance of any contract, a Comprehensive Motor Vehicle Insurance policy including cover for accidental damage, fire and theft is required. The policy shall be for a sum not less than the full market value of the vehicle/s.

Response type

File upload (Multiple)

**To access details, please refer to the related links .**


Location