The Department of Health, Disability and Ageing is seeking tenders for the review, update, and production of new editions of the Remote Primary Health Care Manuals (RPHCM). The project aims to create open-source digital versions for continuous updating. The closing date for lodgement is 9th February 2026 at 2:00 PM ACT local time. The contract commencement is by the end of March 2026, and the contract end date is 30 June 2028. Enquiries should be made via email to ***@***. *. * tender process is subject to the Government Procurement Judicial Review Act 2018 Cth. The tender must be lodged electronically via Austender. The tenderer must not have had any judicial decisions against it excluding decisions under appeal relating to employee entitlements and have not satisfied any resulting order. The tenderer, its personnel, and any subcontractors proposed in the tender must not, at the closing time, be listed as terrorists under section 15 of the charter of the united nations act **** cth. The tenderer and any subcontractor proposed in its tender must not be named in the consolidated list referred to in regulation 40 the charter of united nations dealing with assets regulations **** cth. The tenderer: holds all valid and satisfactory statements of tax record required for its entity type and holds all valid and satisfactory statements of tax record required for the entity type of any firsttier subcontractor that it proposes, as part of its response, to engage to deliver services as part of a contract resulting from a procurement with an estimated value 4 million or more gst inclusive.
The commencement of services is by the end of March 2026, and the contract end date is 30 June 2028. Commencement of services by the end of March 2026, contract end date 30 June 2028
The department will use the following evaluation criteria in the evaluation of tenders: capability, capacity, experience, and pricing. The department will use the following evaluation criteria in the evaluation of tenders: description weighting if any1capability: 40solutionthe extent to which the tenderers proposed service delivery methodology solution meets the requirements of the statement of requirement. 15collaborationthe extent to which the tenderer can demonstrate collaborative, cooperative and proactive working relationships with a broad range of stakeholders to deliver high quality services that meet the statement of requirement. for example, the department, other government agencies, subcontractors, consortium members and other service providers. 10flexibility and improvementthe extent to which the tenderer can demonstrate: an ability to provide services in a flexible and adaptable way so as to accommodate changing commonwealth policyan understanding of the needs of the department andan ability to continuously improve its provision of services over time. 5performancethe extent to which the tenderer understands and is able to meet the reporting and quality management requirements of the statement of requirement, including in relation to: the tenderer is able to demonstrate it can provide appropriate incident management and reporting and respond to emergency requests from the department andthe extent to which the tenderer can meet the specified performance standards or has proposed appropriate and achievable performance measures. 5transitionthe quality of the tenderers proposed transitionin plan and how the tenderer can demonstrate it will achieve a successful transition of services, without disruption or degradation to current service delivery. 52capacity: 30organisationthe extent to which the tenderer has the organisational capacity, including suitable resourcing and governance arrangements, to meet the requirements and provide the outcomes described in the statement of requirement. 152. bdemonstrated experience in creating userfriendly electronic guidelines that are adaptable to remote settings and accessible via laptops, phones, and tablets. 10personnelthe extent to which the tenderer has sufficient personnel with the experience, ability, skills and qualifications to perform the requirements of the statement of requirement within required timeframes. 53experience: 30the extent to which the tenderer has demonstrated experience and quality of performance in providing goodsservices the same as, or similar to, the requirement to other organisations. key considerations include: proven capability: evidence of the tenderers ability to successfully deliver comparable projects or services to other organisations. relevant experience: demonstrated experience in delivering similar services, particularly in remote or aboriginal health contexts. case studies: the tenderer should provide up to three 3 examples of recent, relevant, and comparable work. each example should include: 1 project context: a clear overview of the project or program, including its purpose, objectives, background, and significance. 2 review design and methodology: description of the framework and approach used, including data collection methods, analytical tools, and models applied to ensure the final product was current and evidence based. 3 incorporation of patient and clinician values: explanation of how cultural values and preferences of patients and clinicians were considered and reflected in the guidelines. 4 stakeholder collaboration: description of how the team worked collaboratively with a broad range of stakeholders, including communication strategies and decisionmaking processes. 5 risk management: outline of how challenges and risks were identified, addressed, and mitigated during the project. 6 project outcomes: summarize the key findings, conclusions, and recommendations resulting from the review. include any links to clinical manuals or guidance because of project. 304pricingnot weightednontechnical criteriatenderers will also be evaluated against the tendered prices and the following nontechnical evaluation criteria which are unweighted. no. evaluation criteria1the tenderers demonstrated ethical conduct, and practices in relation to: a. labour regulations, including ethical employment practicesb. workplace health and safety and c. environmental impacts. 2the tenderers proposed approach to: using indigenous enterprises in its supply chain and the employment of indigenous australians. 3the degree of financial viability of the tenderer, including any associated risks to the department. 4the degree of the tenderers overall compliance with the rft and draft contract and the likelihood of any noncompliance meaning the department is unable to agree a contractual arrangement with that tenderer. 5the appropriateness of any information which the tenderer proposes be kept confidential and the extent of any associated risks to the department. 6the extent to which any risks associated with the number and type of any conflicts of interest which have been identified by the tenderer or which may later arise can be, have been, andor will be, appropriately managed. 7the extent to which the tenderer does or will meet commonwealth policy requirements. 8the tenderers proposed strategies to contribute to the economic benefit of the australian economy9the environmental sustainability of the proposed goods and services such as energy efficiency, environmental impact and the use of recycled products. 10the extent to which the tenderer does or will meet all security requirements. 11any other risks to the department which are inherent in, or associated with, the tenderers offer.
The tenderer must not have had any judicial decisions against it excluding decisions under appeal relating to employee entitlements and have not satisfied any resulting order. The tenderer, its personnel, and any subcontractors proposed in the tender must not, at the closing time, be listed as terrorists under section 15 of the charter of the united nations act **** cth. The tenderer and any subcontractor proposed in its tender must not be named in the consolidated list referred to in regulation 40 the charter of united nations dealing with assets regulations **** cth. The tenderer: holds all valid and satisfactory statements of tax record required for its entity type and holds all valid and satisfactory statements of tax record required for the entity type of any firsttier subcontractor that it proposes, as part of its response, to engage to deliver services as part of a contract resulting from a procurement with an estimated value 4 million or more gst inclusive. conditions for participation: 1. the tenderer must not have had any judicial decisions against it excluding decisions under appeal relating to employee entitlements and have not satisfied any resulting order. 2. the tenderer, its personnel, and any subcontractors proposed in the tender must not, at the closing time, be listed as terrorists under section 15 of the charter of the united nations act **** cth. 3. the tenderer and any subcontractor proposed in its tender must not be named in the consolidated list referred to in regulation 40 the charter of united nations dealing with assets regulations **** cth. 4. the tenderer: a holds all valid and satisfactory statements of tax record required for its entity type andb ensure that any firsttier subcontractor proposed to deliver services under a contract resulting from this procurement with an estimated value of 4 million or more, gst inclusive also holds all valid and satisfactory statements of tax record required for its entity type.
Complaints in relation to this rft process should be made in writing and directed to the complaints officer at ***@***. *. * in relation to this rft process should be made in writing and directed to the complaints officer at procurement. advice@health. gov. au.