This is a Request for Tender (RFT) for Darwin region road sweeping services for a period of 60 months. Tenders must be lodged electronically via https:nt. gov. autenders or by fax to 08 **** **** tenders may not be accepted. The tender response schedules are provided separately. The applicable conditions of tendering are the Northern Territory Government Conditions of Tendering 5. 6 (April 2024), with special conditions taking precedence in case of inconsistency. The conditions of contract are the Northern Territory Government Conditions of Contract Period Contract Works and Services PCWS 5. 4 (November 2019), also with special conditions. Key assessment criteria include price (30%), past performance (15%), local content (30%), and capacity (25%). An Indigenous Development Plan (IDP) is required within 14 days of contract award, with specific principles and strategies to be addressed. A project-specific Project Control Plan is also required. Price adjustment will apply based on ABS figures, with specific weightings for labour, plant, fuel, and materials. The contract includes provisions for environmental management, site-specific conditions (including Kakadu National Park and work on communities), and the use of an electronic recording and management system called Konect. The contractor must provide 24/7 telephone contact and availability of labour. Payment will be made based on tendered rates, with a GST-compliant tax invoice required. A contractor performance scorecard will be maintained throughout the contract.
The closing date for this Request for Tender is 2:00 pm Australian Central Standard Time (ACST) on Monday, 30 March 2026. Late tenders may not be accepted.
Payment for scheduled work will be made at the tendered rate. A GST compliant tax invoice must be attached to the Contractor Service Report (CSR) when forwarding to the Superintendent for payment, unless a Recipient Created Tax Invoice (RCTI) agreement is in place. The Superintendent will certify payment when satisfied the work is completed satisfactorily and charges are in accordance with the schedule of rates.
The contractor shall provide warranties for workmanship and manufacturers and/or suppliers warranties for products used in the works, in the name of the principal. Indicative defects liability expectations for routine sweeping of roads and paths, unscheduled sweeping, and hand sweeping are 7 days. Any warranty for goods or material that extends beyond the defects liability period remains valid and the contractor must honour that warranty to its full extent.
The assessment criteria weightings for this tender are: Price 30%, Past Performance 15%, Local Content 30%, and Capacity 25%, totaling 100%.
The tender shortlisting process will be based on: completeness of response, local content, past performance, whether the tender response presents an acceptable level of risk to the principal, and price. The principal reserves the right to shortlist any number of tender responses and to take into account any other factors it deems necessary and appropriate.
Failure to meet service levels can result in an adverse contractor performance scorecard, disputed invoices, breach of contract notices, and the contractor paying all costs of rectification. Specific ramifications are detailed for each service level, including management fees and potential termination of the contract.
There is no industry briefing mentioned for this tender.
A tenderer that has received notification of their tender not being shortlisted will be entitled to request a debriefing in accordance with clause 25, as to why their tender response was not shortlisted, at the conclusion of the RFT process.