Brisbane City Council Annual Procurement Policy and Contracting Plan 2016-17 CONTENTS: 1. SOUND CONTRACTING PRINCIPLES 2. SUSTAINABLE PROCUREMENT POLICY 3. 2.1. Sustainable procurement as a process 2.2. Principles and objectives 2.3. Social procurement 2.4. Applying sustainable procurement in Council STRATEGIC PROCUREMENT AND CONTRACTING APPROACH 3.1. Centralised approach led by Strategic Procurement Office 3.2. Category Management 3.3. Strategic category planning 3.4. Sourcing classification 3.5. Annual sourcing plans 3.6. Seven step sourcing process 3.7. Value for money methodology and selection 3.8. Contract durations 3.9. Corporate Procurement Arrangements 3.10. Supplier tiering and management of supplier relationships 3.11. Engaging with industry to identify and implement innovation (a) Strategic partner program (b) Innovative proposals framework 4. CONTRACT MANUAL AND EXEMPTIONS 5. GOVERNANCE 6. MAJOR PROCUREMENTS EXPECTED TO COMMENCE IN 2016-17 7. DISPOSALS EXPECTED TO COMMENCE IN 2016-17 8. POLICY FOR SIGNIFICANT CONTRACTING PLANS AND DELEGATIONS 9. TRAINING CAPABILITY AND COMPETENCIES 10. COMPLAINTS PROCESS Schedule A - Forward procurement schedule Schedule B - Forward disposal schedule Schedule C - Exemptions from standard Contract Manual processes 1 1. SOUND CONTRACTING PRINCIPLES Council applies sound contracting principles to its contracting activities via its Contract Manual and this Annual Procurement Policy and Contracting Plan. The sound contracting principles are: 2. 1.1 Value for money 1.2 Open and effective competition 1.3 The development of competitive local business and industry 1.4 Environmental protection 1.5 Ethical behaviour and fair dealing. SUSTAINABLE PROCUREMENT POLICY 2.1 Sustainable procurement as a process The following working definition of sustainable procurement has been developed by the Queensland Government: Sustainable procurement is a process whereby organisations meet their needs for goods, services and capital projects, in a way that achieves value for money on a whole-of-life basis in terms of generating benefits not only to the organisation, but also to society, the economy and the natural environment. 2.2 Principles and objectives In its Corporate Sustainability Policy, Council commits to applying principles of sustainability to all of its decision-making and activities. In addition, Council applies sound contracting principles to its procurement and disposal activity. The following economic, environmental and social objectives have been determined in line with these principles. Area Principles Objectives Economic Principles of sustainability: Recognise dimensions beyond our border while concentrating on issues we can influence Integrate long and short-term economic, environmental and community considerations Sound contracting principles: Value for money Open and effective competition The development of competitive local business and industry Principles of sustainability: Act cautiously when there is a risk of serious or irreversible impacts on the environment or the community Enhance and maintain biodiversity and natural environmental systems Sound contracting principles: Environmental protection Principles of sustainability: Provide for broad public involvement on issues that affect the community Provide for equity within and between generations Sound contracting principles: Ethical behaviour and fair dealing Development of competitive local business and industry Achieve value for money over whole of life (including disposal), rather than just initial cost Harvest $10 million in savings from procurement activities Manage demand and supply to ensure that competitive markets and the availability of resources are sustained in the long term Ensure probity and accountability in the procurement process Environmental Social Minimise environmental harm, including end of life impacts Maximise resource efficiency (e.g. reduce energy and water consumption and minimise waste) Minimise carbon emissions and contribute towards Council’s carbon neutral status In the procurement process, ensure that Council’s Zero Harm requirements are met and Workplace Health and Safety (WH&S) legislative compliance is achieved Maintain a social procurement program to increase social procurement spend target $4 million Ensure sourced products are accessible by all segments of the community Specific initiatives to achieve the objectives summarised above are to be agreed between Category Management and key Council stakeholders and incorporated into relevant Strategic Procurement Office plans. 2 2.3 Social procurement Social procurement involves generating positive social benefits/outcomes: (a) directly, through procurement from social enterprises, micro enterprises, community enterprises and indigenous organisations (Social Enterprises) (b) indirectly, through leveraging commercial supply relationships. Council is committed to fostering the capability and capacity of Social Enterprises. This contributes to the development of competitive local business and industry by assisting these organisations grow into competitive suppliers. 2.4 Applying sustainable procurement in Council When Council undertakes contracting activities, officers apply sustainable procurement by considering how Council can make a contribution to sustainability when: 3. (a) examining organisational, project and/or community needs for an anticipated contracting activity (b) developing strategies for a contracting activity (c) developing specifications for a contracting activity (d) planning/undertaking evaluations as part of a contracting activity. STRATEGIC PROCUREMENT AND CONTRACTING APPROACH 3.1 Centralised approach led by Strategic Procurement Office Council has a centralised approach to procurement which is led by Council’s Strategic Procurement Office. Strategic Procurement Office sources and manages arrangements for goods, services and works that meet the needs of users within Council and drives the best outcome for Brisbane. 3.2 Category Management Council undertakes many types of contracting activities which fall broadly into four categories: (a) commodities and services (b) construction and operations (c) information and communications technology (d) managed services. The centralised approach to procurement focuses on the strategic management of the above categories of Council spend. Each category is managed by a Category Management team in Strategic Procurement Office which partners with Council businesses. The strategy employed by each Category Management team includes: (a) development of category plans for long-term strategy and implementation planning (b) a sourcing classification to understand where to direct effort (c) annual sourcing plans to manage business needs and resources (d) a seven step sourcing process to engage Council stakeholders and the supply market (e) establishment of Corporate Procurement Arrangements to leverage value (f) supplier tiering and management of supplier relationships (g) engaging with industry to identify and implement innovative solutions via: (i) a strategic partnering program for key suppliers (ii) an innovative proposals policy. Category management is supported by specialists in the areas of sourcing, insurance, risk, procurement governance, analytics and electronic tendering. 3.3 Category planning Each Category Management team develops category plans for its spend area. These plans provide long-term strategy and actionable plans for sourcing. ‘Sourcing’ means the process used to obtain/source goods, services or works from the supply market. Category plans segment categories into discrete areas and examine market trends, supply options and potential procurement strategies. In general, category plans are developed with a three to five year strategic outlook and refreshed annually. In some situations, such as highly dynamic markets, category plans may require a short term outlook and can be monitored and refreshed on a more regular basis. The key outputs of category plans are a category strategy and a high level implementation plan. 3 3.4 Sourcing classification Procurement risk Category Management applies a sourcing classification to understand where to direct effort in relation to the sourcing process. This assessment classifies Council spend for each contract on the basis of procurement risk and relative expenditure. Strategic Procurement Office focuses on the critical areas of spend. Bottleneck Critical Strategic Procurement Office sources with support from divisions and business units Significant contracting plan required. Strategic Procurement Office sources Routine Either Strategic Procurement Office or business units source Leverage Strategic Procurement Office sources with support from divisions and business units Relative expenditure 3.5 Annual sourcing plans Based on the category plans, Strategic Procurement Office develops an annual sourcing program to manage its sourcing activity for the financial year. Key sourcing processes for the financial year are included in the forward procurement schedule and forward disposal schedules attached to this plan. 3.6 Seven step sourcing process For centralised procurements, Category Management teams utilise a seven step sourcing process: Profile Sourcing Group Select Sourcing Strategy Generate Supplier Portfolio Select Implementation Path Negotiate and Select Suppliers Execute Integration with Suppliers Benefits tracking The seven step sourcing process includes analysis of Council spend data, partnering with stakeholders to understand requirements, conducting market research, developing a sourcing strategy and engaging the market through a structured method which is designed to enhance value for money outcomes. During the seven step sourcing process, the high-level approach from the category plan is applied and refined to develop a detailed strategy for the sourcing of those particular goods, services or works. 3.7 Value for money methodology and selection Council utilises a value for money methodology when assessing tender and proposals. This usually involves deriving a value for money score by dividing the value score achieved (against weighted non-price attributes) by a comparative price, which weights price and non-price factors equally. The comparative price may utilise approaches such as whole-of-life cost, basket of commonly purchased items or the estimated cost to Council. Selection is based on the most advantageous outcome for Council. The value for money methodology provides an indication of which offer represents the most advantageous outcome for Council. 3.8 Contract durations The duration of individual contracts is established through strategic category planning and the seven step sourcing process. Generally, Strategic Procurement Office engages the marketplace at least once in each five-year period. The market may be engaged more frequently in some circumstances, for example where: (a) there is a change in Council’s needs, a change in the market or a change in best practice (b) strategic category planning or market research indicates that more frequent sourcing would deliver a more advantageous outcome for Council. 4 Where existing suppliers demonstrate a continuous high quality of service, arrangements may be renegotiated and extended. The effect of this approach is to eliminate unnecessary sourcing activity and allow the Strategic Procurement Office resources to be directed at categories and contracts where value for money will be better achieved. Details of this exemption from the standard Contract Manual processes are contained in Schedule C of this plan. 3.9 Corporate Procurement Arrangements Corporate Procurement Arrangements (CPAs) are contractual arrangements established by Category Management teams to meet the purchasing needs of Council business areas. CPAs include panel arrangements, preferred supplier arrangements and registers of pre-qualified suppliers. CPAs are one of the key tools used by Category Management to implement strategic category plans. Corporate Procurement Arrangements are used by Council to: (a) aggregate and leverage purchasing requirements (b) reduce transaction costs (to both suppliers and Council) by agreement of terms and rates, which apply to purchases made under the arrangement. The strategy for each CPA is developed through strategic category planning and implemented through a planned sourcing activity. 3.10 Supplier tiering and management of supplier relationships Category Management teams engage with suppliers through the management of Corporate Procurement Arrangements to drive value for money outcomes for Council. This engagement may include value improving initiatives such as demand management and process improvements. Category Management teams use supplier tiering to understand where to direct effort in relation to the management of existing supply relationships. Category Management gives priority to managing tier one suppliers to drive value improvement. Category Management actively manages tier two suppliers, maintains an overview of tier three suppliers and provides limited category management for tier four suppliers. 3.11 Engaging with industry to identify and implement innovation Strategic Procurement Office engages with industry to identify and implement innovation. This is achieved through a number of initiatives including a strategic partner program and an innovative proposals framework. (a) Strategic Partner program (i) Overview Strategic Procurement Office has developed a strategic partner program which will focus on a small group of suppliers that align closely with Council and have the potential to realise innovation and advantageous outcomes for Council over an extended period. 5 Under the program, a small number of suppliers may be designated as strategic partners. Council may directly engage a strategic partner(s) for the provision of goods/services/works, subject to a public interest test, reporting and governance requirements. (ii) Filtering Potential strategic partners are to be identified through the supplier tiering methodology summarised in section 3.10. It is anticipated that a small number of potential strategic suppliers will be identified from tier one and possibly tier two. Suppliers identified through this process may be regarded as strategic suppliers and admitted to the program. (iii) Assessment Ongoing assessment against the following criteria will allow Council to determine whether each supplier on the program is to be designated by Council as a Strategic Partner: (iv) Designation as a strategic partner A supplier may only be designated as a strategic partner via a Significant Contracting Plan approved by Council’s Establishment and Coordination (E&C) Committee. (v) Entering into and extension of supply arrangements Council may enter into supply arrangements (or extend existing arrangements in terms of scope or duration) with strategic partners on a direct engagement basis. Arrangements may be extended for defined periods until such time as those arrangements, in Council’s view, no longer deliver value for money to Council. (vi) Governance Approvals Submissions to enter into or extend an arrangement with a strategic partner are to be approved in accordance with existing delegations for sole sourcing. Decision requirements Decisions to enter into or extend an arrangement with a strategic partner must be in the public interest, provide value for money to Council and be documented in formal submissions. Reporting of decisions All decisions to enter into or extend an arrangement with a strategic partner are to be reported monthly to Council. Ongoing assessment and monitoring Ongoing assessment and monitoring of the performance of each strategic partner is to be undertaken to ensure that Council continues to receive value for money under the arrangements. Assessment is expected to be undertaken based on a balanced score card approach and monitoring provided via dashboard reporting. 6 (b) Innovative Proposals Policy The strategic partner program is expected to focus on a small group of suppliers with the potential to realise innovation over an extended period. Through Council’s Innovative Proposals Policy, Council will engage with the rest of the supply community to identify and implement innovation in its contracting activities. Council’s Innovative Proposals Policy enables businesses to approach Council with unique and innovative proposals which solve Council problems and provide Council with value for money outcomes. To be considered under the policy, proposals must meet all of the following requirements: (i) be received from an entity, other than a government entity (ii) not have been solicited by Council e.g. through a tender process (iii) solve a Council problem, addresses an opportunity for Council, or enhance services Council provides to rate payers (iv) be innovative (v) represent value for money to Council. If Council wishes to purchase that type of good/service/innovation, Council may directly engage with the proponent of the proposal if, in Council’s view, it is in the public interest and all of the following requirements are met: 4. (i) the proposal contains intellectual property rights or elements, such that tendering for the requirement would be unfair or deprive the proponent of its innovation (ii) the proposal is considered to be advantageous for Council (iii) value for money to Council can be demonstrated/substantiated. CONTRACT MANUAL AND EXEMPTIONS Council’s Contract Manual sets high-level procedures which regulate Council’s standard sourcing activity. These high-level procedures include thresholds for quoting and public tendering. The Contract Manual applies to sourcing conducted by Strategic Procurement Office and all other divisions/business units across Council. Schedule C of this Annual Procurement Policy and Contracting Plan contains some exemptions from the standard process in Council’s Contract Manual. These exemptions have been developed by Strategic Procurement Office to streamline approvals and remove non-value adding processes. 5. Governance Strategic Procurement Office administers a number of boards which play a key role in Council’s governance arrangements for procurement. These boards include the Stores Board, chaired by Council’s Chief Executive Officer and several procurement boards chaired by Council’s Chief Procurement Officer. Council has procurement boards for: (a) Construction (b) Information and communications technology (c) Goods and Services. For high value sourcing activities, these boards provide a forum for delegates to consider and approve the strategy for a contracting activity (pre-market approval) and also approve entering into contracts for a procurement/disposal (post-market approval). Boards are attended by appropriately qualified officers to ensure that sourcing processes and decisions are robust and meet probity requirements. 6. MAJOR PROCUREMENTS EXPECTED TO COMMENCE IN 2016-17 Major procurements with sourcing expected to commence in the 2016-17 financial year are summarised in the Forward Contracting Schedule at Schedule A. 7. DISPOSALS EXPECTED TO COMMENCE IN 2016-17 Major disposals with sourcing expected to commence in the 2016-17 financial year are summarised in the Forward Disposal Schedule at Schedule B. 8. POLICY FOR SIGNIFICANT CONTRACTING PLANS AND DELEGATIONS Significant Contracting Plans will be prepared for those sourcing activities to be commenced in 2016-17 year which have: (a) an estimated contract expenditure of $10 million or above; or (b) been assessed by Strategic Procurement Office as critical, using its sourcing classification. Significant Contracting Plans are approved by E&C. 7 Delegations for contracting activities have been approved by Council and the Chief Executive Officer. Current delegations align with the centralised approach to procurement, led by Strategic Procurement Office, which enables aggregation of demand across Council. Delegations and governance arrangements have been structured so that decisions for key sourcing processes are made, in collaboration with business areas, by delegates that are independent of business areas. 9. TRAINING CAPABILITY AND COMPETENCIES The development of skills and competencies in the areas of supply chain management, sourcing, negotiation, category management, relationship and vendor performance management will continue to receive support from Council. 10. COMPLAINTS PROCESS A process is in place for the receipt and handling of all complaints against Council and applies for complaints concerning procurement and disposal activities. 8 Schedule A Forward Procurement Schedule 9 MAJOR CONSTRUCTION Detailed below are major Council programs (Programs are defined as programs of like work) and projects against which major procurement activity is scheduled to occur during the 2016-17 financial year and later. The ‘Estimated Value of contracts…’ column shows an estimate of the sum of the procurement for which Council is scheduled to engage the market in 2016-17. Where the ‘Estimated Value of contracts…’ for a project or program detailed below reaches or exceeds $10 million or is designated as a ‘significant’ contract that contract will be a significant contract for the purposes of section 210 of the City of Brisbane Regulation 2012. Major projects (Greater than $2 million) 2016-17 Brisbane Metro Subway System Stages 1 and 2 (various consultancies) Estimated value of contracts greater than $2 million going to market in 2016-17 Expected Quarter at Market Proposed Procurement Strategy Contact Details (subject to change) $13,000,000 Q1 Quotes under existing Corporate Procurement Arrangement or Public Tender 1800 692 333 [email protected] www.brisbane.qld.gov.au Brisbane City Council, GPO Box 1434, Brisbane Qld 4001 Cathedral Square Stage 2 $3,000,000 Q2-Q3 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3027 4562 Mt Coot-tha Gardens Visitor Information Centre $2,500,000 Q1-Q2 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3027 4562 Fountains and Water Features $2,300,000 Q1-Q2 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3027 4562 Repairs to Teneriffe Boardwalk $4,000,000 Q3-Q4 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3027 4562 $17,000,000 Q3-Q4 Quotes under existing Corporate Procurement Arrangement Principal Project Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3178 6391 Consolidation of Field Services Group (FSG) Depots – Office and Warehouse Fit-out $6,500,000 Q2 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3027 4562 Garden City Library Refurbishment $2,700,000 Q1 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civic and Building, City Projects Office, Brisbane Infrastructure, 3027 4562 Ferry terminals Disability Discrimination Act 1992 (DDA) Upgrades (two Terminals – Southbank 3 and Thornton Street) 10 Major projects (Greater than $2 million) 2016-17 Estimated value of contracts greater than $2 million going to market in 2016-17 Expected Quarter at Market Proposed Procurement Strategy Contact Details (subject to change) Major Drainage Construction (program of works under 1.7.1.5 of the 2016-17 budget) $2,000,000 Q1-Q4 Quotes under existing Corporate Procurement Arrangement Delivery Manager, Drainage Infrastructure Services, Construction Branch, Field Services Group, Brisbane Infrastructure, 3403 7831 Stormwater Drainage Rehabilitation (program of works under 1.7.2.3 of the 2016-17 budget) $2,000,000 Q1-Q4 Quotes under existing Corporate Procurement Arrangement Delivery Manager, Drainage Infrastructure Services, Construction Branch, Field Services Group, Brisbane Infrastructure, 3178 6002 Roads Network Resurfacing – various external packages with individual values below $10 million $25,000,000 Q1-Q4 Quotes under existing Corporate Procurement Arrangement Senior Engineer, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3403 7481 Constructing Key Bikeway Links in Brisbane Suburbs – various external packages $16,000,000 Q1-Q4 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3178 4092 $3,000,000 Q1-Q4 Quotes under existing Corporate Procurement Arrangement Project Engineer, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3178 2768 Progress Road Stage 4 Upgrade $14,000,000 Q4 Public tender Project Engineer, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3178 6574 Telegraph Road Stage 1B $14,000,000 Q1 Public tender Senior Project Manager, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3408 9394 Telegraph Road Stage 2 $75,000,000 Q3 Public tender Senior Project Manager, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3408 9394 Stanley Street Bike Lanes $2,500,000 Q2 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civil and Transport, City Projects Office, Brisbane infrastructure, 3178 4092 Queens Wharf Brisbane – various external packages of works $3,000,000 Q1-Q2 Quotes under existing Corporate Procurement Arrangement Project Delivery Manager, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3178 4092 Disability Discrimination Act 1992 (DDA) compliant Bus Stops – various external packages of works 11 Major projects (Greater than $2 million) 2016-17 Roads Network Resurfacing – various external packages Wolston Creek Bridge Upgrade TOTAL Estimated value of contracts greater than $2 million going to market in 2016-17 Expected Quarter at Market Proposed Procurement Strategy Contact Details (subject to change) $24,000,000 Q1-Q4 Quotes under existing Corporate Procurement Arrangement Senior Engineer, Civil and Transport, City Projects Office, Brisbane Infrastructure, 3403 7481 $5,000,000 Q3 Quotes under existing Corporate Procurement Arrangement Senior Project Manager, Civil and Transport, City Projects Office, Brisbane Infrastructure 3178 2526 $236,500,000 12 GOODS AND SERVICES (SIGNIFICANT) Detailed below are anticipated significant contracts in relation to goods and services and against which major procurement activity is scheduled to occur during the 2016-17 financial year and later. These contracts are considered to be significant contracts for the purposes of section 210 of the City of Brisbane Regulation 2012. In some cases Council may elect to exercise an existing option to extend a contract rather than engaging the market with a view to entering into a new contract. Grouping Commodities and Services Product Category Description Indicative Annual Spend $ Expected Quarter at Market Comments Contact Details (subject to change) Category Manager, 3403 9090 As above Security Systems Services Physical security and locksmith services: Categories 1-6 $6,300,000 Q1 Temporary Personnel Services Provision of administration and trades temporary labour hire $34,000,000 Q3 Review of current contract arrangements or public tender As above Temporary Personnel Services Supply of temporary professional services labour hire (Panel Arrangement) Supply of compressed natural gas (CNG) refuelling facility maintenance services and the supply of natural gas to Council's bus depots and asphalt plants Design and construction of CityCats Inala bus services $23,300,000 Q1 As above As above $10,000,000 Q1 As above As above $4,500,000 Q2 As above As above $3,900,000 Q3 As above As above Bus services for Bracken Ridge, Deagon and Brighton areas $3,900,000 Q3 As above As above Review of current contract arrangements or public tender Review of current contract arrangements or public tender Category Manager, 3178 8530 Category Manager, 3403 9109 Oil and Gas Utilities Passenger or Automobile Ferries Scheduled Bus Services Construction and Operations Mining Services Quarry spares and consumables $2,000,000 Q2 Information and communications technology Standard Office Suites Microsoft enterprise agreement and licensed reseller (LSP) $3,500,000 Q3 ICT Generic Service Delivery Management Support Services Integrated parking management program Infringement notification management processes (INMP) $TBA Q2 As above As above $11,100,000 Q2 Review of current contract arrangements or public tender Category Manager, 3403 1951 Managed Services 13 Grouping Product Category Refuse Collection and Disposal TOTAL Description Kerbside large items collection service Indicative Annual Spend $ $4,800,000 Expected Quarter at Market Q2 Comments As above Contact Details (subject to change) As above $107,300,000 14 GOODS AND SERVICES (NON-SIGNIFICANT) Detailed below are further anticipated contracts in relation to goods and services against which procurement activity is scheduled to occur during the 2016-17 financial year and later. These contracts are not considered to be significant contracts for the purposes of section 210 of the City of Brisbane Regulation 2012. In some cases, Council may elect to exercise an existing option to extend a contract rather than engaging the market with a view to entering into a new contract. Grouping Commodities and Services Product Category Specialised Vehicle Systems and Components Naval Architecture Services Event Security Bus Maintenance and Repair Major and General Plant Cleaning Services Construction and Operations Tanks and Cylinders and their Accessories Quantity Surveying Service Environmental Rehabilitation Passenger or Automobile Ferries Electronic Publications and Music Road Sweeper Hire Description Indicative Annual Spend $ Expected Quarter at Market Bus engine bay fire suppression systems $800,000 Q1 Marine surveying and naval architect services Event security and event services Bus body repair works $500,000 Comments Contact Details Q1 Review of current contract arrangements or public tender As above Category Manager, 3403 9090 As above $370,000 Q1 As above As above $700,000 Q1 As above As above Refurbishment of two quarry dump trucks and ongoing maintenance Cleaning services – park toilets, barbecues, fish tables, designated areas and central business district squares Fuel tank supply and maintenance services $280,000 Q1 As above As above $900,000 Q1 As above As above $400,000 Q1 As above Quantity surveying and estimating services Contaminated land auditors panel Design and construction of city ferries Library e-lending resources $300,000 Q3 As above Category Manager, 3403 9090 As above $250,000 Q4 As above As above $800,000 Q4 As above As above $1,000,000 Q4 As above As above $450,000 Q1 As above Category Manager, 3178 8530 Mechanical road sweepers and hire of equipment 15 Grouping Information and communications technology Product Category Description Indicative Annual Spend $ Expected Quarter at Market Comments Contact Details Roads and Transport Network Building Maintenance and Repair Services Non-hazardous waste disposal Electronic traffic signage $500,000 Q1 As above As above Water appliances $300,000 Q2 As above As above $1,500,000 Q1 As above Building Maintenance and Repair Services Recycled Water Portable and fixed fire maintenance services and rectification work Supply, delivery and application of recycled water for horticultural and industrial services Provision of public space furniture Firewall hardware software solution, license, support and maintenance CC1 Vulnerability scanning software and service – Rapid 7 $900,000 Q2 As above Category Manager, 3178 8530 As above $1,200,000 Q2 As above As above $1,200,000 Q4 As above As above $500,000 Q1 $250,000 Q1 Review of current contract arrangements or public tender As above Category Manager, 3403 9109 As above $360,000 Q1 As above As above $10,000,000 Q1 As above Waste management point of sale solution $2,000,000 Q1 As above Category Manager, 3403 9109 As above Surface tablets GIS services panel $2,000,000 $500,000 Q1 Q2 As above As above As above As above Public Space Furniture Security Administration Software Vulnerability Management Software Intrusion Prevention and Detection Software Enterprise Asset Management Application ICT Supply Chain Management Application Tablet PC’s Geographic information system (GIS) Engines ICT Disposal of construction site spoil Distributed denial of service (DDoS) network protection services Field communications and tracking market sounding 16 Grouping Managed Services TOTAL Product Category Description Indicative Annual Spend $ Expected Quarter at Market Comments Contact Details Vulnerability Management Software Application Virtual Machines Library Management Refuse Collection and Disposal Vulnerability and penetration testing assessment services $250,000 Q2 As above As above VMWare products and services Library management system Removal of waste from Moreton Island $500,000 Q3 As above As above $290,000 $360,000 Q3 Q1 As above As above Public Safety and Control Suburban Safety Incident Alerts $590,000 Q1 As above As above Category Manager, 3403 1951 As above $29,950,000 17 Schedule B Annual Forward Disposal Schedule 2016-17 18 DISPOSALS The following items represent disposals of $5,000 or greater that the Council may seek to commence/conclude during the 2016-17 financial year. Actual disposal activity will be dictated by a number of factors that may include the level of operational activity and any purchasing arrangements implemented. Significant Disposal Plans for the identified disposal activities will be developed where disposals are not in accordance with the Contract Manual or the proposed disposal approach. Disposal Activity Proposed Disposal Approach Procurement Outcome KPI/Measure to gauge success Area of Council responsible for the disposal activity Expected Timing Computer equipment Re-purchase by vendor, ‘Green ICT’ disposal arrangement, public auction or tender Economic/ Environmental Return greater than book value Computer desktops and/or laptops Community disposal Social Up to 300 functioning ICT Service Delivery/ computers (desktops or Community laptops) allocated to Development Services community groups Q1-Q4 Computer server, storage and communications equipment Re-purchase by vendor, ‘Green ICT’ disposal arrangement, public auction or tender Economic/ Environmental Return greater than book value ICT Service Delivery Q1-Q4 Passenger vehicles Public tender/auction or sale by private treaty through the auction house at the agreed reserve price if the asset has been passed in at a previous auction Economic Return greater than book value Fleet Management Group Q1-Q4 Light commercial vehicles Public tender/auction or sale by private treaty through the auction house at the agreed reserve price if the asset has been passed in at a previous auction Economic Return greater than book value Fleet Management Group Q1-Q4 Trucks Public tender/auction or sale by private treaty through the auction house at the agreed reserve price if the asset has been passed in at a previous auction Economic Return greater than book value Fleet Management Group Q1-Q4 Major and general plant Public tender/auction or sale by private treaty through the and equipment auction house at the agreed reserve price if the asset has been passed in at a previous auction Economic Return greater than book value Fleet Management Group Q1-Q4 Special vehicles Economic Return greater than book value Fleet Management Group Q1-Q4 Public tender/auction or sale by private treaty through the auction house at the agreed reserve price if the asset has been passed in at a previous auction ICT Service Delivery Q1-Q4 19 Disposal Activity Proposed Disposal Approach Procurement Outcome KPI/Measure to gauge success Area of Council responsible for the disposal activity Expected Timing Return greater than five Supplier Services percent of current book value Q1-Q4 Public tender/auction or sale by private treaty through the Economic auction house at the agreed reserve price if the asset has been passed in at a previous auction. If no buyers are interested and the likelihood of a sale at a future auction is low, compared with the number of buses to be disposed, then the asset will be sold as scrap metal to the scrap metal merchant offering the best price Return best scrap metal Brisbane Transport value Q1-Q4 No disposal of Ferry Fleet proposed in the 2016-17 financial year. Any future disposal would be undertaken via a Public tender/auction or sale by private treaty through a registered Ship Broker with an agreed reserve price Return % of book value Transport Planning and Strategy Not applicable Obsolete inventory Public tender/auction Buses Ferries Economic Economic 20 Schedule C Exemptions from Contract Manual Process Brisbane City Council Annual Procurement Policy and Contracting Plan 2016-17 (Currently unavailable) 21
© Copyright 2026 Paperzz