Douglas Shire Council (DSC), in establishing contracts for the carrying out of Works or Goods and Services, in accordance with Section 228 of the Local Government Regulation 2012, is required to accept the offer most advantageous to it, whilst also applying Council’s local business and industry criteria. In making this decision, Council must have regard to the five sound contracting principals set out in Section 104(3) of the Local Government Act 2009.
Register of Interest for Civil Works Contracts
Douglas Shire Council understands that smaller operators may find it difficult to tender for large Disaster Recovery Funding Arrangement (DRFA) civil works contracts. To help, we are creating a Register of Interest.
We invite civil construction contractors, owner-operators of civil plant and equipment, and material suppliers to register their contact details and services. This will help Tenderers and Contractors find local sub-contractors.
Interested contractors should complete and submit the below form
Please note:
- Registering does not guarantee work. Your details will be shared with Tenderers and appointed Contractors.
- Contact details of appointed Contractors will be shared with registered parties.
- Engagement terms will be between you and the Contractors. Council will not negotiate terms.
- This information may be publicly available.
Current Tenders
Daintree River Ferry – Design, Construction, Delivery and Operation
Details: Douglas Shire Council requires a suitable company to design, construct, deliver and operate a new Daintree River cable ferry. The details of the public request for tender have been posted on Vendor Panel, reference VP440857. Submissions closes on 26 March 2025 at 5:00pm with an expected decision by 24 June 2025. The successful tenderer must operate an interim ferry service utilising Douglas Shire Council owned ferry from 1 July 2026 up until the commissioning of their new ferry at around 1 December 2027, for the period of contract.
Daintree River Ferry – Landside Infrastructure
Details: Council are replacing the existing Daintree River Ferry by November 2027 with a larger/wider 4 lane ferry. To ensure the required efficiency outcomes of traffic movement across the river, there is a requirement to undertake landside infrastructure civil works.
Current Projects/Capital Works
Published Details for Contracts 200k and above
In compliance with section 237 of the Local Government Regulation 2012, Council publishes a monthly listing of all contracts valued $200,000 and above excluding GST. Information documented includes:
- The person with whom Council has entered into the contract;
- The purpose of the contract; and
- The value of the contract.
These details are published monthly on Council’s website and made available on the noticeboard located in the customer service area of Council’s Administration Building.
Contracts over $200k previous years
Financial Year 22/23
Financial Year 21/22
Financial Year 20/21
Financial Year 19/20
Financial Year 18/19
Financial Year 17/18
Financial Year 16/17
Vendor Panel Marketplace
DSC uses VendorPanel Marketplace to find local suppliers, and to invite them to quote on work. All prospective contractors and suppliers must register via Vendor Panel
Vendor Panel Marketplace is entirely free for suppliers and, once registered, your business profile will be visible to Douglas Shire Council buyers, and to others searching the Marketplace for suppliers in the area.
Watch this introductory video on how registering on Vendor Panel can assist your business.
Terms & Conditions for prospective suppliers and contractors to DSC
Procurement Process Conditions
Standard Terms & Conditions
DSC Policies & Procedures
DSC requires suppliers to comply with relevant policies and procedures as detailed in the tender documentation, these may include:
Procurement Policy (365.8 KiB)
Workplace Health And Safety General Policy (125.4 KiB)
Drug And Alcohol Policy (178.8 KiB)
Supplier Code Of Conduct (234.2 KiB)
Workplace Health And Safety General Policy (125.4 KiB)
Service Provider - Health And Safety Requirements (860.4 KiB)
Work Health and Safety Contractor Induction
All contractors, sub-contractors and their employees are required to complete the Douglas Shire Council Contractor Safety Induction prior to commencing work at any Council site.
This mandatory induction aims to ensure that contractors working on our sites are aware of Council’s WHS policy and procedures.
Contractors are to meet the requirements set by Work Health Safety Act 2011 and Work Health Safety Regulation 2011.
Although this is a ‘general induction’ only, a site specific induction, risk assessments and documented hazard identification may be required where applicable.
This handbook does not cover every safety situation and is provided as a guide to assist you in setting a standard for safe work and minimising risk.
All contractors are to ensure that WHS legislation compliance is met through their own Safety Management Systems.
Individuals are required to read the attached Induction handbook. Each individual is required to complete the last two pages of the handbook with details of the qualifications and return it to Douglas Shire Council at Customer Service at 64-66 Front St, Mossman or via email enquiries@douglas.qld.gov.au
Any question, please refer to your Council representative for more information.
Process
1. Read the on-line induction handbook.
2. Complete the necessary pages at the back and sign.
3. Return these pages to Douglas Shire Council Mossman Administration or email: enquiries@douglas.qld.gov.au
More on the tender process
Tenders – legislative changes 2020
-
Evaluation of tenders
Details of the evaluation process and criteria will be documented in the tender documentation. Once specified, the evaluation criteria and process must be followed.
The tender documentation is generally constructed to enable offers to be submitted in two distinct and separate files:
- Non-pricing schedules (containing information to evaluate gates 1 and 2)
- Pricing schedules (containing the information to evaluate gate 3).
DSC follows a three gate evaluation process for the evaluation of tenders.
Gate 1: Mandatory criteria
These are formed, in terms of minimum specified requirements, to allow the evaluation team to filter out those submissions that do not conform to the mandatory requirements. Non-conforming offers (which don’t meet the mandatory criteria requirements) will not be further evaluated by the evaluation team as part of the evaluation process.
Gate 2: Scoring criteria
These are set to allow the evaluation team to assign a relative score for each evaluated offer, for each criterion set. Each scoring criterion also has a percentage weighting allocated to it to represent its relative importance and worth in the selection process. Scoring criteria focus on evaluating and determining whether the particular suppliers have the required capability to provide the required services, goods, ICT or works for Douglas Shire Council. Only those offers that score sufficiently at this stage will move through to Gate 3.
Gate 3: Value for money
Only those submissions that move through from gate 2 will then be looked at in order to determine the best value pricing submissions received, including any negotiations.
The Senior Procurement Officer may approve the utilisation of an alternate tender evaluation methodology for a specific procurement where it is considered advantageous to do so.
Site briefings
At the discretion of the Senior Procurement Officer, where it is believed to be advantageous to the success of the procurement initiative and included in the tender documentation, supplier briefings may be held as part of the tender process and will include all suppliers wishing to respond to a tender. The purpose of the supplier briefing is to present to potential suppliers information about the specifications, Response forms, conditions of tendering and conditions of contract and then provide the opportunity for attendees to ask further questions of clarification, which will be documented along with the responses and issued as an addendum, to the tender.
Changes to tenders
These will be done by way of on addendum. All addenda will be forwarded to all tenderers by way of the Vendor Panel. Where appropriate, the tender period may be extended when an addendum is issued at the discretion of the Senior Procurement Officer. All queries should be addressed only to the Contact Officer listed within the tender documentation.
Action by Council after receiving tenders
After the close of the tender date, DSC may without limitation of any other action open to it:
Request Clarifications
If so requested by DSC, the tenderer must submit by the date and time specified information in clarification regarding their tender submission. Failure to provide the requested information may result in the tender being deemed non-conforming and it will not be evaluated further.
Request changes to tenders
Section 228(7) of the Local Government Regulation provides that Council may invite all tenderers who submitted a tender to change their tenders where there is a change in the tender. This is during the period of the close of tender but before any tender is recommended for acceptance. Should the change have resulted in alternative suppliers submitting an offer, consideration will be given to withdrawing the tender and readvertising. The Local Government Regulation requires all changes to tenders under Section 228(7) be listed in Council’s Annual Report.
Enter into post tender negotiations
DSC may negotiate with suppliers after the close of tenders when it has expressly reserved the right in the conditions of the tender. All suppliers who proceed to gate 3 will be invited to enter into negotiations. The commencement of negotiations with one or more supplier is not an indication that a particular supplier’s response has been unsuccessful or successful. All negotiations will be handled with the utmost probity and the equality of opportunity for the suppliers in gate 3 will be maintained throughout the negotiations.