Version 1.1
Guidance Box:
  • This template is used in the Standard Procurement process.
  • This template is to be used when conducting an Expression of Interest (EOI) or Request for Information (RFI). Ensure the correct document name is used throughout.
  • Evaluation Criteria is only required for EOI, delete when completing an RFI.
  • Prior to issuing this EOI/RFI to any suppliers, it must first be sent to an applicable Procurement Delegate and Content Owner for endorsement and certification via the Invitation Documentation Endorsement.
  • The TMR requesting officer should complete Section 1 – 7 and Section 8 is be completed by the Submitter.
  • Remove sections that are not applicable (i.e. GITC number).

Expression of Interest

Abrasive Blasting & Re-painting Services

1

Expression of Interest (EOI), Transport and Main Roads

Section 1 – Contact Information

Any questions regarding this Expression Of Interest EOI must be made in writing or by email and should be directed to the Department of Transport and Main Roads (TMR) Contact Officer. The Contact Officer for this EOI is:

Name: / Colin Gorman
Position Title: / Construction Technician
Email: /
Postal Address: / n/a

The Submitter may only rely on information or clarification provided in writing by the Contact Officer.

No Submitter will be entitled to claim compensation or loss from TMR for any matter arising out of this process.

Section 2 – Conditions of Submission

This EOI process is governed by the following conditions of submission:

1.DEFINITIONS

1.1Definitions

Confidential Information”means information of, or supplied by, TMR, that:

(a)is by its nature confidential;

(b)is designated as confidential, including the information specified in the Submission Process; or

(c)the Submitter knows or ought to know is confidential;

(i)and includes information:

  1. comprised in or relating to any Intellectual Property Rights of TMR;
  2. concerning the internal management and structure, personnel, processes and policies, commercial operations, financial arrangements or affairs of TMR;
  3. that is of actual or potential commercial value to TMR; and
  4. relating to the clients or suppliers of TMR;

(ii)but does not include information that:

  1. was already in the possession of the Submitter and not subject to an obligation of confidentiality, is lawfully received from a third party or independently developed by the Submitter; or is public knowledge other than through a breach of an obligation of confidentiality;

“Document” includes:

(a)any paper or other material on which there is writing;

(b)any paper or other material on which there are marks, figures, symbols or perforations having a meaning for persons qualified to interpret them;

(c)any article or material from which sounds, images or writings are capable of being reproduced with or without the aid of any other article or device; or

(d)a document in electronic form;

Intellectual Property Rights” includes all copyright, trade mark, design, patents or other proprietary rights, or any rights to registration of such rights existing in Australia, or elsewhere or as protected by legislation from time to time, whether created before, on or after the Submission Process date, but excludes Moral Rights;

“Moral Rights” means the right of integrity of authorship, the right of attribution of authorship and the right not to have authorship falsely attributed, more particularly as conferred by the Copyright Act 1968 (Cth), and rights of a similar nature anywhere in the world whether existing before, on or after the Submission Process commencement date.

Personal Information” is information or an opinion, including information or an opinion forming part of a database, whether true or not, and whether recorded in a material form or not, about an individual whose identity is apparent, or can reasonably be ascertained, from the information or opinion; and

Submission Process” means the process of inviting submissions for the provision of the goods and/or services, the Submitter’s preparation and lodgement of a submission, communication between the Parties in relation to the submission, evaluation of the submission and the subsequent acceptance or rejection of the submission.

2.CONFIDENTIAL INFORMATION, PRIVACY AND PERSONAL INFORMATION

Confidential Information

2.1The Submitter or any potential Submitter (including an entity which obtains the information in the but does not lodge a submission), must ensure that it and its officers, employees, agents and/or sub-contractors who are in possession of Confidential Information, keep that information confidential except where disclosure of the Confidential Information is required by law or under the terms of these Conditions of Submission.

2.2If requested by TMR, the Submitter or potential Submitter must execute a deed of confidentiality, in a form acceptable to or provided by TMR, from itself and from each of its officers, employees, agents and/or sub-contractors who receive the information.

2.3Upon receipt of a written request by TMR, the Submitter or any potential Submitter, must deliver to TMR any Document in the Submitter’s or potential Submitter’s power, possession or control which contains Confidential Information.

Privacy and Personal Information

2.4 If the Submitter collects or has access to Personal Information as a result of the, the Submitter must:

(a)comply with Parts 1 and 3 of Chapter 2 of the Information Privacy Act 2009 (Qld), in relation to the discharge of its obligations under the as if the Submitter was an “agency” under the Act;

(b)ensure that the Personal Information is protected against loss and against unauthorised access, use, modification, disclosure or other misuse;

(c)not use Personal Information other than for the purposes of lodging a submission, unless required or authorised by law;

(d)not disclose Personal Information without the consent of TMR, unless required or authorised by law;

(e)not transfer Personal Information outside of Australia without the consent of TMR;

(f)ensure that access to Personal information is restricted to those of its employees and officers who require access in order to lodge a submission in accordance with the ;

(g)ensure that its officers and employees do not access, use or disclose Personal Information other than in lodge a submission in accordance with the ;

(h)ensure that its sub-contractors and agents who have access to Personal Information comply with obligations the same as those imposed on the Submitter under this clause;

(i)fully co-operate with TMR to enable TMR to respond to applications for access to, or amendment of, a Document containing an individual’s Personal Information and to privacy complaints; and

(j)comply with such other privacy and security measures as TMR reasonably advises the Submitter in writing from time to time.

2.5The Submitter must immediately notify TMR on becoming aware of any breach of clause 1.4.

3.SUBMISSION PROCESS

3.1The conduct of the Submission Process does not give rise to any legal or equitable relationship.

3.2TMR may cancel or vary the Submission Process at any time, whether before, on or after the Closing Date of the Expression of Interest/Request for Information Process.

3.3ASubmitter will not be entitled to claim compensation or loss from TMR for any matter arising out of the Submission Process, including but not limited to any failure by TMR to comply with these Conditions of Submission.

Section 3 - Background

Guidance Box:
  • Detail background information relating to the goods and/or services relevant to this EOI/RFI.

RoadTek is the Commercial arm of the Department of Transport and Main Roads and have been commissioned to undertake work involving the maintenance and rehabilitation of the Heritage listed Dickabram Bridge.

Dickabram Bridge stands 23m (70 feet) above the winding Mary River at Mivaand features a dual carriageway for trains and one lane of road traffic. It has a clearance of 4.3m, load limit of 15t and formerly a 7km/h speed limit for locomotives. It is a composite structure of timber, cast iron, steel and concrete.

The Dickabram Bridge is one of the only surviving road and rail bridges extant in Queensland. It is sited on the former Theebine – Kingaroy branch rail line which closed in 2009.

Eight timber spans ranging from 6m to 12m connect to the eastern end of the parallel chord trusses and five timber spans of similar dimensions are at the western end. The 36.5m span is supported on four cylindrical cast iron piles with Doric capitals that are founded on the bed of the Mary River; all other supports are timber in the form of piers. Paired piles are under the junction of the 24m parallel chord steel spans and the adjacent 12m timber spans. Supporting timber piers consist of six equally spaced vertical 40cm – 45cm diameter timber columns with a raked column against each outer column.

The road portion of the decking consists of 20cm x 10cm timber planking spanning approximately half the width of the bridge bolted to four equally spaced timber girders of approximately 25cm diameter. The rail portion of the deck consists of a single track of rail line laid on timber sleepers which are also supported by 25cm diameter girders spanning between the heavy timber trestles. Timber decking runs parallel with and between the rails and on the southern side of the rails. A timber kerb approximately 20cm square runs the length of the bridge, dividing the road and rail sections.

Timber handrails consisting of posts with a diamond top rail and two diamond rails below are secured to each side of the bridge deck. Tubular steel handrails with cast iron columns supports sit inside the lattice and hogback trusses. There is a 6m clearance between hand railings on each side.

Inspection of the current paintwork of the steel elements of the Dickabram Bridge indicates it is a lead-based system. Lead-based paint is a toxic substance that may become a problem when damaged or disturbed, when it deteriorates and becomes powdery or flaky, or becomes airborne during removal.

High pressure abrasive blasting of steel elements is considered to be the most effective way of removing paint and surface corrosion. However it also has the potential to damage historic fabric and consequently the heritage values of a place.

The employment of individuals inexperienced in works on heritage structures poses risks to their heritage values. Any persons engaged to undertake maintenance or repair works should have demonstrated experience working on places of heritage value, and as a minimum receive a heritage induction before commencing work.

Section 4 - Specification

Guidance Box:
  • Detail requirements for goods and/or service including scope and objective.
  • Additionally for ICT procurement the relevant GITC modules are detailed here.

The repainting of the steel and cast iron sections of the bridge is now required to be undertaken. It is recommended that the existing ‘battleship grey’ colour be retained.

The nature of the works required to be undertaken (including the removal of hazardous lead paint) necessitates the highest degree of safety and environmental compliance for continuous rehabilitation of the Dickabram Bridge.

Works required

Services required are resources for sandblasting operations and application of a three coat paint system to the bridge.

  • Supply of resources to meet the Abrasive blasting requirements of the structure.
  • Supply of resources to meet the repainting requirements of structure.
  • Supply of various materials as required for the purposes of undertaking the Abrasive blasting.
  • Undertake health monitoring of the resources supplied, including the undertaking of blood lead tests. The results of employee's blood lead levels shall then be sent to RoadTek.
  • Supply of sufficient resources as discussed with the Project Manager or his on-site representative to enable the attainment of progress that is deemed suitable to the client of the project. In general this will equate to between 2-5 labour resources for a 12 month period initially. These works are predicted to begin in July 2017 and may continue into 2018.

Resources supplied shall be suitably skilled to undertake the works concerned and shall have qualifications (trained in abrasive blasting) as required to ensure the ongoing progress of the project (including training such as Safety at Sea, Height Safety and Confined Space) and Elevated Working Platform.

  • Maintain a continuous supply of skilled employees
  • Supply of project materials not supplied by the Principal Contractor (for example, garnet, recycled gun wash, blast tape, blast screen and bar magnets) as and when required.

Works by RoadTek (Principal Contractor)

  • Supervision of all operations onsite
  • Management of any required traffic management activities
  • Compliance testing in accordance with the project requirements (for example, paint thickness testing)
  • Supply of materials required to undertake the works (including but not limited to; paints and thinners)
  • Supply of project specific Personal Protective Equipment (PPE)
  • Undertake environmental monitoring

Section 5 - Evaluation Criteria(only required for EOI)

Guidance Box:
  • Detail the evaluation criteria that will be used to shortlist Submission for this EOI.
  • Evaluation of submission will be based on the following criteria
  • [insert evaluation criteria]
  • [insert evaluation criteria]
Note: Generally, comparative price is not included in the evaluation criteria for an EOI stage. It would be included in the evaluation criteria of the Invitation to Offer document forwarded to shortlisted Submitters.
  • Provide a business profile and capability statement
  • Provide examples of past experiencewith similar type projects

Submitters who wish to visit the site must request this by emailing the contact officer prior to the16th February 2017.

A site visit will then be conducted on Thursday 16th February 2017.

Section 6 - Lodgement of Submission

Instruction Box:
  • Select one (1) of the three (3) options detailed below, for lodgement of submission i.e. Hard Copy Submission Only, Electronic Submission Only,or Email.
  • Delete the non-applicable options.

ELECTRONIC SUBMISSION ONLY: (PREFERRED OPTION)
Submission to this EOIRFImust be submitted via the Procurement Centre of Excellence’s QTenders website:
YESNO
If YES:
Submissions must be submitted in the following software package: PDF
When downloading this EOIRFI , Submission must be through theProcurement Centre of Excellence’s QTenders website: for Government Suppliers.
Submitters to this EOIRFI must log in using their email address and system password, before uploading their Submission.

Section 7 – Additional Submission Requirements

The Schedule of Particulars attached (Section 8) must be completed and returned with the submission.

All submission documents will be retained by TMR.

Submissions must be signed by an authorised person from the submitting organisation.

Section 8 - Schedule of Particulars

EOI Title:Provision for Abrasive Blasting and Re-painting Services
EOI No:WBB415 / Date of Issue: 7February 2017

It is mandatory for Submitters to complete this schedule in full and return it with their submission.

Submitter’s Registered Company Name or Full Name if an Individual: / Name
Submitter’s ABN: / ABN Number
Submitter’s GITC number: (if applicable) / Number
Submitter’s GITC Modules: (if applicable) / Number
Street Address:
(If the submission is from a Partnership, the address of each partner must be provided. Attach additional sheet if insufficient room). / Address
Postal Address for payments and notices: / Address
Contact Person in the Submitter’s Organisation:
  • Name (please print)
  • Telephone number
  • Mobile number
  • Email
  • Facsimile number
/
Name
Phone Number
Mobile Number
Email address
Number
List supply arrangements your company has with the Queensland Government or write ‘nil’: / Details
Date of submission: / Date

Submitter’s Authorised Representatives

Name: / Name
Position Title: / Details
Signature: / Date: DD/MM/YYYY
Name: / Name
Position Title: / Details
Signature: / Date: DD/MM/YYYY

1

Expression of Interest (EOI), Transport and Main Roads