Invitation to Tender – Strongim Wok Long TVET Security Services
| Project: |
Strongim Wok Long TVET |
| Tender for: |
Provision of secure ground transport, escort, tracking, emergency response, formal driver assessment, and security advisory services in Papua New Guinea |
| Activity number |
SWLT23 |
| The Company: |
Palladium International Pty Ltd |
| Closing date for questions: |
23 February 2026 – 17:00 Local Time Port Moresby, PNG (UTC +10) |
| Closing date for registration: |
25 February 2026 |
| Closing date for submission: |
27 February 2026 – 17:00 Local Time Port Moresby, PNG (UTC +10) |
| Contact person: |
Jane Wearing-Smith |
| Details for submission: |
Swlt.procurement@swltvet.org |
| Tender validity period: |
90 Days |
| Jurisdiction |
Papua New Guinea |
Thank you for your interest in the above procurement. As the managing contractor for the Project, the Strongim Wok Long TVET, the Company invites you to tender for this activity. This includes:
- Part 1: Terms of Reference (TOR)
- Part 2: Conditions of tender
- Part 3 and 4: Technical and financial selection criteria
- Part 5: Client Terms and Conditions
- Part 6: Service Agreement which the successful tenderer is required to sign once the agreed commercial terms have been included
- Part 7: Declaration by Tenderers
Please forward your Tender in accordance with the Details for Submission above by the Closing Date and Time to Jane Wearing Smith at SWLT.Procurement@swltvet.org
Answers to all questions from interested suppliers will be provided to all potential tenderers who have registered their interest with us by 12:00pm Wednesday 25 February. To register your interest, email SWLT.procurement@swltvet.org .Final questions will be taken by 17:00 Monday 23 February 2026. Port Moresby Time.
Part 1 – Terms of reference
-
Background
The Australian High Commission (AHC) provides support to the technical and higher education sectors using a range of mechanisms, including the Strongim Wok Long Technical Vocational & Education Training (TVET) (SWLT). The SWLT is implemented by Palladium International and provides technical assistance and program support to the education TVET sector as prioritised by the Governments of Papua New Guinea and Australia. The SWLT office is currently located in Port Moresby, Papua New Guinea, at the Gateway Hotel, Jacksons Parade, 7-mile, Port Moresby.
The PNG–Australia Strongim Wok Long Technical and Vocational Education and Training (SWLT) program is a four-year investment by the Australian Government Department of Foreign Affairs and Trade (DFAT) to support Papua New Guinea’s (PNG) efforts to strengthen its TVET sector. Aligned with PNG’s national priority to build an educated and skilled workforce for resilient economic growth, SWLT aims to enhance the quality, relevance, and inclusiveness of skills development. The program supports improvements in national quality assurance systems, technical college standards, graduate employability, and Australia’s visible and trusted development partnership with PNG.
There are currently 18 staff, but this will grow to approximately 34 staff from July 2026 based in the Port Moresby main office comprising of international and locally engaged staff. In addition, SWLT has an adviser embedded with the Department of Higher Education, Research, Science, and Technology (DHERST).
SWLT activities also include semi-regular travel to provincial locations throughout Papua New Guinea, including but not limited to:
- West New Britain Province
- Manus Province
- Morobe Province
- The Autonomous Region of Bougainville
- Western Highlands Province
All staff and the family members of international staff have access to transport and security services during the working day. There are approximately ten people who have regular access to transport services after hours and at weekends. There will be up to five SWLT vehicles on the road at any given time.
2. Objectives of the assignment
Palladium International requests the following security services to support the Strongim Wok Long TVET (SWLT) program based in Port Moresby, Papua New Guinea. The Service Provider shall deliver integrated safety, security, transport, monitoring and emergency support services for SWLT operations across Port Moresby (National Capital District).
3. Scope of the assignment
In summary, SWLT requires the following services to be provided:
- 24/7 Security Operations Management
- Secure vehicle escort services (armed/unarmed)
- Secure transport services
- Safety Awareness Training
- Security Response Services including Emergency incident response
- In-Country Security Briefing and Orientation for newly appointed SWLT staff and visitors
- Formal Driver Assessment prior to being issued a project vehicle
- Static Guard services
- Provision of personal duress alarms
- Emergency vehicle recovery
- Security Risk Assessments and communication of real time incidents, monthly summary reports and ad-hoc security advice
- Electronic surveillance – 24/7 GPS tracking and monitoring of vehicles, personnel and duress alarms
See below for a detailed description of the scope of services which outlines the minimum requirements.
3.1 Detailed Scope of Services: Minimum Requirements
3.1.1 Secure Transport and Escort Services
- 24/7 provision of pickup and transporting services from point A to point B as booked in response to requests made by authorised staff.
- Vehicles are serviced by a driver and a second accompanying guard.
- Booking service via phone, SMS, email and/or via an “app”.
- Ability to pre-book transport at designated times.
- Ability to respond to last minute transport requests as required. It is expected that the services be delivered within a response time of no more than fifteen minutes within NCD.
- Vehicle escort services to support all SWLT vehicles.
- Transport and escort services to the following locations to be catered for:
- National Capital District gazetted limits
- National Capital District to Lea Lea, Central and all areas in between
- National Capital District to Sogeri, Central, including the Varirata National Park, Owern’s Corner and Koitaki Country Club and all areas in between
- National Capital District to Hula, Central and all areas in between.
Mandatory Inclusions
- Ability to provide vehicles to support movements outside NCD through owned fleet, or sub-contracted assets or a mobilisation model with guaranteed delivery timelines and ability to provide unmarked (non-branded) vehicles on request for discreet movements.
- Reporting: monthly transport logs including times, usage, distances, and routes
3.1.2 Security Response Services including Emergency Response
- 24/7 Emergency Response capability for incidents involving SWLT personnel or vehicles
Minimum requirements:
Vehicles are serviced by a driver and a second accompanying security guard.
- Immediate alert receipt via duress alarms, phone calls or “app” alerts when sent.
- Mandatory response times
-
Vehicles expected to be on site of incident within a maximum of 15 minutes from alert within NCD, and within 50 minutes for locations in 3.1.1 outside of NCD, however, ideally well before this. Please ensure your response details how you may be able to provide an emergency response in a timely manner.
Response Activities
- Emergency response to include, but not be limited by:
- Responsiveness to any situation. Attend any security, threat, accident or public-order incident
- Liaising with incident participants, bystanders, community members and police
- Providing support to ensure the physical safety of SWLT personnel involved
- Support stabilisation of the scene until further action is arranged
Immediate Incident Notification (Mandatory)
- Immediate phone/app notification to the SWLT Operations Manager including:
- Incident type, time, and exact location
- Personnel invoiced
- Initial actions taken
- Next steps and support required
- Ongoing updates until incident closure
3.1.3 Security Operations
The Service Provider shall operate a 24/7 Security Operations Centre (SOC) to provide continuous oversight and coordination.
Minimum requirements:
- 24/7 monitoring of SWLT vehicle GPS trackers and personal duress alarms
- Responding to alerts and ‘not polling’ notifications
- Coordinating emergency response and emergency recovery
- Providing continuous communication support to staff in transit, where required
- Maintaining duty logs, incident logs, and journey monitoring records
3.1.4 Armed/Unarmed Vehicle Escort Services
The Service Provider shall provide unarmed and, where required, armed escorts to support SWLT movements.
Minimum requirements:
- All escort tasks staffed be a driver and guard
- Movement planning including primary/alternate routes and communication protocols
- Continuous radio/phone communication during escort tasks
- Escort support to SWLT vehicles included as standard
- Ability to provide unmarked vehicles on request for discreet escort movements
Armed escort conditions:
Armed escorts are only permitted if:
- A risk assessment supports it
- It is lawful and compliant with PNG licensing
- Staff are certified and trained
- DFAT approval is obtained where applicable
Tender requirement
- Must provide the organisation’s weapons and use-of-force policy, including certification, governance, incident reporting and supervisory controls.
3.1.5 Emergency Recovery
- 24/7 Emergency Recovery of SWLT vehicles, in response to mechanical fault, accident, security incident, bogging or other as required.
- Vehicle recovery for within NCD and all locations listed in 3.1.1. Tenderer to outline how pricing is structured based on location and/or type of recovery.
- Vehicles to be recovered within 2 hours in NCD, and within 4 hours for locations in 3.1.1 outside of NCD.
- Recovery to include, but not be limited by:
- Ensuring personnel safety, for example, transporting personnel to safe location while vehicle is recovered should it be required. Vehicles to be on site within 30 minutes within NCD, and within 1 hour for locations in 3.1.1 outside of NCD to ensure personnel safety.
- Provision of basic mechanical services and/or organising towing services should it be required
Note: Your organisations policy on the use of weapons for transport, emergency response, and emergency recovery services, including your training and certification requirements must be provided with your tender.
3.1.6 Communication
- Monthly summary of incidents in Port Moresby and surrounds.
- Real time SMS and/or “app” security alerts for incidents in Port Moresby, with clear location information and response advice.
- Monthly transport logs, outlining usage, date and time and service provided with invoices.
- On request security assessments of Provincial locations.
3.1.7 Electronic Surveillance and Monitoring - Tracking of personnel and vehicles
- 24/7 GPS tracking of SWLT vehicles and personal duress alarms. Vehicles are located in Port Moresby. Personal duress alarms are used in Port Moresby and provincial locations during domestic travel. Please ensure your response outlines the business process of how you monitor, track, and respond to vehicle and personal duress alarms in all areas of Papua New Guinea.
- Monitoring and alerts to SWLT Operations Team should any vehicles or alarms not be polling.
- Alerts and escalation for ‘not polling’ or device failure
- Immediate coordination of Emergency Response or Emergency Recover
-
Provision of tracking logs on request, specifying at a minimum the vehicle, times travelled, locations travelled, and kilometres travelled.
Tender Requirement
Must state the ability to use existing SWLT tracking systems or provide cost for replacement
Optional
CCTV alarms, access control support, and monitoring
Note: SWLT vehicles will have tracking systems installed. Please indicate in your tender whether your organisation is able to utilise pre-existing systems or the cost of replacement.
3.1.8 Static Guard Services
- Provision of one static guard to SWLT office from 8am to 5pm weekdays who meets SWLT management expectations. Duties include controlling access to the SWLT office; monitoring office entry/exit; verifying employee and visitor ID/credentials; conducting patrols to identify threats; maintain a detailed log of activities and act as an emergency responder to accidents, fire, security breaches
- English speaking and meeting SWLT conduct standards.
- Police check and background check supplied prior to deployment
- Supervision and performance management conducted by security provider.
3.1.9 Safety Awareness Training
The Service Provider shall provide Safety Awareness Training tailored to PNG’s operating environment.
Training components include:
- Arrival briefings, personal safety awareness and local context orientation
- Journey management and road safety (NCD and provincial)
- Field safety, community interface and conflict de-escalation
- Emergency actions, reporting pathways, and duress system usage
- Scenario based training for provincial and remote operations
Deliverables include:
- Training schedules, materials, attendance registers, competency assessments
- Capacity to deliver training in Port Moresby
- Ability to conduct formal driving assessments for SWLT personnel
3.2.0 Additional Services
- The Service Provider shall support SWLT during major incidents and crises including coordination with authorities and emergency responders; assistance with relocation, hibernation, and evacuation; planning/execution; security support for medical transfers or medevac processes; situation reporting, communications and incident documentation.
- The Service Provider should outline where they have the capacity to provide comprehensive regional security services within the designated area of operations (West New Britain, Manus, Morobe Province, The Autonomous Region of Bougainville, Western Highlands)
- Provide formal driving assessment for SWLT team members prior to being issued with a vehicle
4. Duration and phasing
All services are to cover from completion of this procurement through to 29 February 2028 with a potential to extend for an additional two years. In addition, the services are required to be scalable should there be a need to reduce or increase the services provided based on staffing levels or location of services.
5. Financial component
Please refer to Part 4 for details relating to preparation of the financial submission.
6. Contractor responsibilities
- To be prepared to sign the Standard Contract Terms.
- To have in place insurance policies covering Professional Indemnity and Public Liability.
- To have any relevant registrations (including tax registrations) in the activity Jurisdiction.
Part 2 – Conditions of tender
1. Tender content
1.1. The tender must contain the following:
1.1.1 a cover letter (no longer than 1 page) to the tender for the activity (specify the Activity number), including the signed declaration contained in Part 6;
1.1.2 a technical submission (in the form detailed in Part 3);
1.1.3 a financial submission (in the form detailed in Part 4).
1.2. Every Tender needs to state in the submission:
1.2.1 in the case of an individual, full or given names, surname and address;
1.2.2 in the case of a trust, the full names and addresses of each trustee of the trust;
1.2.3 in the case of a company, or other registered entity, the full name of the entity, the address of the registered office of the entity, the relevant registration number and a copy of the certificate of registration; and
1.2.4 If relevant, a list (including CVs if requested) of all the nominated personnel expected to contribute to the performance of the TOR, including their names, surnames, title of their position and their proposed level of effort.
1.3. Tenders are to be written in English, Arial font 12
1.4. ‘The Tenderer’ (where capitalised) means the person or organisation to whom this invitation has been sent, the person or organisation responding to this invitation (as applicable). Depending on the context, an uncapitalised version of ‘tenderer’ may also refer to the Tenderer.
2. Tender Assessment Process
2.1. Tenders must comply with the requirements of the TOR. Failure to submit a Tender including the information required by the TOR (or this Tender generally) will factor into The Company’s assessment of the level of compliance of the Tender and may result in rejection of the Tender.
2.2. The Company will evaluate Tenders on the following basis:
2.2.1 a technical assessment;
2.2.2 a financial assessment;
2.2.3 any other factors which may impact on the Tenderer’s potential performance.
2.3. The Company reserves the right:
2.3.1 to accept or reject any tender, and to annul the tendering process thereby rejecting all tenders, at any time prior to the award of contract at its sole discretion;
2.3.2 to cancel or vary the Invitation to Tender process at any time whether before or after the closing date;
2.3.3 to reject any tender that does not adhere to the structure and content requirements as outlined in these Terms and Conditions;
2.3.4 to recall tenders from any source including those tenderers who have already submitted tenders, without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to
inform the affected Tenderer or Tenderers of the grounds for this action;
2.3.5 to accept Tenders for the whole or any part of the requirement;
2.3.6 to require that tenderers submit to the Company’s Due Diligence process prior to or after the
submission of Tenders; and
2.3.7 to negotiate with the most favourable tenderer should it be deemed that the prices offered are unreasonable or greater than the targets set in the planning process.
2.4. The Company shall not be bound by any advice given or information furnished by it.
2.5. The conduct of this Invitation to Tender is not intended to give rise to any legal or equitable relationship.
2.6. Any inducements and rewards intended to influence the outcome of the Tendering process will result in
Tenderer’s immediate suspension from the process.
2.7. Your Tender will be valid for the Tender Validity Period specified on p.1.
3. Technical Assessment
3.1. The Technical Assessment will be undertaken by an internal procurement committee.
3.2. The Company may specify weighting for assessment criteria in Part 3.
4. Financial Assessment
4.1. Following consideration of the technical merit of Tenders, a like-for-like price assessment may be undertaken by The Company of the Tenders assessed as technically suitable.
4.2. Tenderers should note that financial submissions for those Tenders assessed by the Procurement
Committee as not technically acceptable will not be subject to financial assessment.
4.3. Unless otherwise specifically stated, prices quoted must be provided as a fixed maximum price and show the tax exclusive price, the tax component and the tax inclusive price4.4. The contract price, which must include any and all other charges and costs, will be the maximum price payable by the Company for the Goods and/or Services.
4.5. Additionally, if requested by the Company, potential suppliers must be able to demonstrate their financial stability and ability to remain viable as a provider of the Goods and/or Services over the term of any agreement.
4.6. If requested by the Company, the potential supplier must promptly provide the Company with such information or documentation as the Company reasonably requires in order to evaluate the potential supplier’s financial stability.
5. Acceptance of Tenders
5.1. The Company is not bound or required to accept the lowest priced Tender or any Tender.
5.2. A Tender will not be deemed to be accepted unless and until a Contract in the form listed in Part 7 is signed by the Company and the Tenderer (with the agreed commercial terms included).
5.3. The Company reserves the right to enter into negotiation with any other tenderer if contract negotiations cannot be concluded with the preferred Tenderer.
6. Alternative Tenders
6.1. The Company reserves the right to accept and consider alternative Tenders providing they:
6.1.1 are submitted with a compliant Tender;
6.1.2 clearly identify the differences and improvements offered.
7. Non-Compliant Tenders
7.1. Tenders will be regarded as non-compliant if they do not comply with any part of the requirements of this Invitation to Tender.
7.2. The Company may, however, in its absolute discretion evaluate any non-compliant Tender.
8. Lodgement of Tenders
8.1. It is the responsibility of the Tenderer to ensure that the Tender is received by the Company by the closing date and time prescribed in this Invitation to Tender. A Tender lodged after the closing date is a late Tender.
8.2. A late Tender will normally not be considered unless it can be demonstrated by the Tenderer that the Tender would have arrived at the tender point by the required date and time as prescribed in this Invitation to Tender but, for reasons proven by the Tenderer, it did not. The Company may allow a late Tender to be assessed at its absolute discretion.
8.3. The Company will not consider or entertain any queries about a decision to assess or reject a late
Tender.
9. Tenderer Costs
9.1. Tenderers are responsible at their own cost to:
9.1.1 make all arrangements and obtain and consider all information relating to the TOR;
9.1.2 prepare, deliver and lodge their tender;
9.1.3 deal with any issues, including disputes, that may arise out of the tendering process.
10. Confidentiality
10.1. The Tenderer acknowledges that in the course of this Tender, it may become acquainted with or have access to the Company’s Confidential Information (including the existence and terms of this Tender and the TOR). It agrees to maintain the confidence of the Confidential Information and to prevent its unauthorised disclosure to any other person.
10.2. The Tenderer will not disclose or use any Confidential Information except to the extent that such disclosure or use:
10.2.1 is strictly necessary for submitting the Tender;
10.2.2 is required by relevant laws;
10.2.3 is authorised by prior written approval from the Company; or
10.2.4 occurs after the Confidential Information already is or comes into the Tenderer’s possession (or in the public domain) otherwise than pursuant to this Tender, pursuant to a separate confidentiality undertaking by the Tenderer or a third parties’ (or that parties’) unauthorised disclosure.
10.2.5 If the Tenderer is required to disclose Confidential Information due to a relevant law or legal proceedings, it will provide reasonable notice of such disclosure to the Company.
10.2.6 The parties agree that this obligation applies during the Tender and after the completion of the
process.11. Request for Information
11.1. Any prospective tenderer may within a reasonable time before the closing date request information on any point of clarification in this Tender. The information requested shall be given in writing by the Company as soon as practicable. Where in the opinion of the Company the information could have an effect on other tenderers, that information may at the Company’s sole discretion be given in writing to all known prospective tenderers.
12. Business Partner Code of Conduct
12.1. Tenderers shall comply with the Company’s Business Partner Code of Conduct in the submission of
any tenders. The Code is currently available at thepalladiumgroup.com/policies.
13. Unsuccessful Tenders
13.1. Unsuccessful Tenders will be notified in writing and shall be entitled to feedback regarding their tender.
14. Tenderer Acceptance of Conditions
14.1. A Tender lodged in response to this Invitation to Tender does so with agreement to these Conditions of Tender unless any departures from these Conditions are detailed in the cover letter of the submission. The Company reserves the right to reject any departure from these Conditions of Tender, and thereby determine that the tender submission is non-conforming for that reason.
15. Conflict of Interest
15.1. Tenderers must notify the Company immediately if any actual, potential or perceived conflict of interest arises (a perceived conflict of interest is one in which a reasonable person would think that the person’s judgement and/or actions are likely to be compromised, whether due to a financial or personal interest (including those of family members) in the procurement or the Company).
16. Inconsistencies
16.1. If there is inconsistency within this ITT, the following order of precedence shall apply:
16.1.1 these Terms and Conditions;
16.1.2 the Cover Page of this ITT; and
16.1.3 Part 5 – Client Terms
16.1.4 Part 6 – Standard Contract
16.1.5 Part 1 – Terms of Reference
16.1.6 Part 4 – Financial Assessment Selection Criteria
16.1.7 Part 3 – Technical Assessment Selection Criteria
so that the provision in the higher ranked document will prevail to the extent of the inconsistency.
17. Jurisdiction
17.1. This Tender process shall be subject to the laws of the Jurisdiction.
17.2. The Supplier and the Company will use their best efforts to settle amicably any dispute, controversy, or claim arising out of, or relating to this Agreement or the breach, termination, or invalidity thereof.
17.3. If no agreeable settlement can be found, any dispute, controversy, or claim arising out of or relating to this Agreement or the breach, termination, or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules in effect on the date of this Agreement. The appointing authority shall be the Secretary-General of the Permanent Court of Arbitration. The Parties will be bound by any arbitration award rendered as a result of such arbitration as the final adjudication of any such
dispute.
17.4. The place of arbitration shall be the headquarters location of Company at the time the claim is filed and the language of the arbitration will be English. The relevant laws shall be the laws of the Jurisdiction.
17.5. Should the claim involve a State, a State-controlled entity, or an intergovernmental organisation, the case shall be administered by the International Bureau of the Permanent Court of Arbitration.
Part 3 – Technical assessment selection criteria
Requirements for the Technical Submission
The Technical Submission must:
1. be in a type font of no less than 12 points;
2. be in a single column format;
3. be five pages or less in length;
4. have an annex containing up-to-date CVs for 1. The nominated Contract Manager (no longer than 3 pages), and 2. The nominated Security Specialist, including contact details for two referees who can comment on recent experience relevant to the application.
The following selection criteria and weighting will be used in the assessment process to assess the technical capacity of the Tenders. The technical submission format must clearly address the below selection criteria as this will impact on the assessment process. Please remember the technical submission should not exceed five pages.
| Criteria |
Weight |
Notes |
| Demonstrated experience in the provision of transport and security services for organisations employing international and local staff. |
25% |
Please ensure your response includes:
- How the organisation has managed similar contracts (including detail of size of workforce, number of vehicles provided and specific detail of services)
|
| Demonstrate commitment to social responsibility and gender equality within its procurement, employment and operational practices |
15% |
Tenderers should outline policies, initiatives, or measurable actions that promote: gender equality and diversity across the workforce, including recruitment, retention, training and leadership opportunities; fair employment practices including equal pay for work of equal value and safe inclusive working conditions; measures to prevent discrimination, harassment, and gender-based violence, including training and reporting mechanisms |
| Demonstrated experience of the two nominated personnel (Contract Manager and Security Specialist) |
20% |
Please include a description of the proposed duties and how the experience of the nominated personnel relates to these duties.
Please also provide an organisational chart.
|
| Demonstrated experience in managing risks |
10% |
Please ensure your response includes:
The most significant risks for employees working and living in PNG, including moving from location A to location B and how the organisation seeks to mitigate these risks in the provision of the proposed services.
|
| Demonstrated understanding of the service levels required for successful provision of quality transport and security services in PNG |
30% |
Please ensure your response includes:
How much notice the organisation requires to be able to action requests.
What modes of communication are provided (for example, SMS, email, phone) and how are these monitored.
The role of the contract manager including what are the measures to ensure service continuity in the event of unplanned absence of staff.
The number and type of vehicles in the security fleet.
The number and type of vehicles in the transport fleet.
How personal duress alarms will be monitored, including during when SWLT staff are travelling to provincial locations.
How vehicles and/or personnel are positioned in Port Moresby to enact a security response.
Whether the provision of dedicated vehicles is proposed in this contract and, if so, service levels compared to using vehicles that are not dedicated.
The method for storing sensitive personal or company information.
How alerts regarding security incidents and information is shared.
|
The Technical Assessment is weighted 80%, and the Financial Assessment is weighted 20% of selection.
Part 4 – Financial assessment selection criteria
Tenderers are required to submit with their tender submission a completed Financial Proposal form for like for like assessment. If you have trouble with the link request a copy from swlt.procurement@swltvet.org.
Tenderers may submit a further itemised quotation against the scope of services in Part 1. Information provided must include clarifying information such as if the charge is monthly, per use, per hour etcetera.
Key information to include:
- Payment shall be made in PGK
- All prices are to be inclusive of relevant taxes
- Tenderers shall state whether the prices offered are:
- firm, that is prices offered shall not be varied either up or down for any reason;
- firm for a period, in which case the period must be stated;
- subject to other price variations either up or down.
The Technical Assessment is weighted 80%, and the Financial Assessment is weighted 20% of selection.
Part 5 – Standard Contract Template
A draft Services Agreement will be provided by contacting SWLT.procurement@swltvet.org. Palladium may, where appropriate, amend or clarify any aspect of the tender requirement at any time prior to contract award. Tenderers are encouraged to review the tender documentation carefully and to clearly outline in their submission any departures, qualifications, assumptions or elements with which they are unable to fully comply.
Part 6 – Declaration by Tenderers
Tenderers shall submit their tender with the following declaration:
I declare that to the best of my knowledge the answers submitted and information contained in this document are correct and accurate.
Where requested by the Company, I/We will promptly provide the certificates or other documents referenced in this ITT.
I/We understand that any information given by us will be relied on and used by the Company to assess my/our suitability to participate further in this potential procurement.
I understand that the Company may reject my/our Tender if it is non-compliant, or false/misleading in any way.
Where this statement is being provided by an individual on behalf of the Company, that individual has the necessary corporate authorisation to provide the declaration on behalf of the Company.
I / We have not communicated to any person other than the Company the amount of any tender, adjusted the amount of any tender by arrangement with any other person, made any arrangement with any other person about whether or not I / we or that other person should tender, or otherwise colluded with any other person in any manner whatsoever, and undertake that at any time thereafter in the tendering process for the above.
I/We have not engaged in any behaviour which has or could contravene Bribery Act 2010 (UK), the Foreign
Corrupt Practices Act (US) or any similar legislation.
I/We have not provided or offered any payment, gift, item, hospitality or any other benefit to the Company, its employees, consultants, agents, subcontractors (or any other person involved in the decision-making
process relating to this tender) which could give arise to a perception of bribery or corruption in relation to the
Tender or any other dealings between the parties.