Sie sind auf Seite 1von 14

Australian Government

Department of Immigration and Border Protection

REQUEST FOR TENDER


FOR THE PROVISION AIR CHARTER SERVICES

RFT DIBP 38/17

ATTACHMENT A: STATEMENT OF REQUIREMENT

© Commonwealth of Australia 2016.

The Department of Immigration and Border Protection RFT xx/xx 1


RFT DIBP 38/17 Air Charter Procurement

TABLE OF CONTENTS

PART 1 – OVERVIEW OF THE REQUIREMENT 3


SECTION 1: OVERVIEW OF ABF AIRCRAFT CHARTER SERVICE 3
1. BACKGROUND INFORMATION 3
2. THE REQUIREMENT 3
2.1 Overview of the Requirement 3
2.2 Mandatory Requirements 3
2.3 Nature and Scope of the Requirement 4
2.4 Technical Specifications 5
2.5 Deliverables 5
2.6 Meetings 5
2.7 Reporting Requirements 5
2.8 Performance Measurement 6
2.9 Additional Services 6
2.10 Planning and Programme Implementation 7
2.11 Security Requirements 7
2.12 Compliance with other Commonwealth Policies 7
2.13 Records Management 8
2.14 Ozone Depleting Substances and Hazardous Substances 8
2.15 Environmental Impact 8
2.16 Compliance with Industry Codes or Guidelines 9
2.17 Business Quality Assurance 9
2.18 Contract Transition-In Plan 9
2.19 Contract Transition-out 10
2.20 Contract Relationship Management 11
2.21 Business Continuity 11
2.22 Work Health and Safety Plan 12
2.23 Risk Management and Fraud Control Plan 13
2.24 Human Resource Management Plan 14
2.25 Communications Plan 14

The Department of Immigration and Border Protection – Air Charter Procurement 2


RFT DIBP 38/17 Air Charter Procurement

PART 1 – OVERVIEW OF THE REQUIREMENT


SECTION 1: OVERVIEW OF ABF AIRCRAFT CHARTER SERVICE
1. BACKGROUND INFORMATION
1.1 From 1 July 2015, the Department of Immigration and Border Protection and the Australian
Customs and Border Protection Service were consolidated into a single Department of
Immigration and Border Protection. At this time, the Australian Border Force, a single frontline
operational border agency, was established within the Department.
1.2 The Australian Border Force has drawn together the operational border, investigations,
compliance, detention and enforcement functions of the two existing agencies. Policy,
regulatory and corporate functions have combined within the broader Department.
1.3 The Department is committed to protecting Australia’s border and managing the movement of
people and goods across it.
1.4 The Department’s key objectives are to:
(a) contribute to Australia's future through managed migration;
(b) protect refugees and contribute to humanitarian policy internationally;
(c) contribute to Australia's security through border management and traveller facilitation;
(d) make fair and reasonable decisions for people entering or leaving Australia, ensuring
compliance with Australia's immigration laws and integrity in decision-making; and
(e) promote Australian citizenship.
1.5 The Migration Act 1958 (Cth) and the Customs Act 1901 (Cth) provide the legislative framework
for the business activities of the Department.
2. THE REQUIREMENT
2.1 Overview of the Requirement
(a) The Department of Immigration and Border Protection represented by Australian Border
Force is seeking a supplier to provide a dedicated airframe to meet operational demands
for the movement of high risk persons and Departmental staff between onshore and
offshore locations.
(b) The variable, discreet and confidential nature of ABF’s operations require an operations
management structure and a level of aircraft crewing to enable the expedient
performance of long range, multi-sector flights with limited notice.
2.2 Mandatory Requirements
(a) The following requirements are considered to be mandatory in the Commonwealth’s
evaluation of the preferred Tenderer:
The Tenderer must be an Australian Company able to provide one (1) dedicated
airframe either owned or leased (‘Dry Lease’) for 100% use by the department.
The Tenderer must be able to provide charter services for both domestic and
international locations as required by the Department and must have the ability to
operate in all Australian domestic airspace including non-controlled airfields.
The Tenderer must hold a valid Air Operators Certificate (AOC) certified under a
relevant regulatory authority.
The Tenderer must be certified to operate into airfields under Category C
conditions and provide a suitable aircraft that is capable of operating into locations
with:
• Short and/or 30m wide runways;
• Runways with pavement strength limitations;
• Exposure to monsoonal conditions which can regularly cause airports to be
inaccessible
The Department of Immigration and Border Protection – Air Charter Procurement 3
RFT DIBP 38/17 Air Charter Procurement

• Limited or no fuel supply; and


• Limited and distant diversion options in the event that aircraft are unable to
land at a destination.
The Aircraft must be able to accommodate a minimum of 120 passengers, with the
ability to modify cabin configuration modifications with short notice.
The Aircraft must have Long range capability over 7000 km’s. The Aircraft must be
capable of carrying persons in custody to distant locations such as Eastern
Europe, Northern Africa and the Middle East.
The Tenderer must provide a dedicated aircraft with limited to no markings and no
branding to maintain a discreet profile.
The Tenderer must have Engineering capability to maintain the aircraft.
The Tenderer must provide an aircraft that has the capability to carry cargo
palletised and/or loosely packed within the cargo hold and capability to also carry
in the cabin. The Tenderer must specify maximum payload of the aircraft.
The Tenderer must be an Airworthiness Management accredited organisation and
must be able to modify and reconfigure the aircraft as required.
The Tenderer must be able to provide logistics support services to maintain the
aircraft so that the aircraft is able to meet tasking requirements, at all times as
agreed.
The Tenderer must have the ability to respond to differing operational
requirements with short notice. Rapid response service level standards with
departure up to 4 hours from notice, anytime within a 24 hour period, 7 days per
week is required.
The Tenderer must be able to obtain approvals and authorisation to self-approve
routes.
The Tenderer must provide ongoing management of all support arrangements
including but not limited to accommodation for aircrew, ground handling staff,
refuelling, baggage, cargo loading and meal services.
The Tenderer must provide and have available an Australian based Aircrew to
meet operational directives as required. Crew members must either have or can
readily obtain and maintain an AGSVA security clearance to Baseline level as a
minimum.
The Tenderer must obtain all approvals, certification, consents and permissions or
similar required to carry Dangerous Goods on the aircraft including, where
necessary, the permission of relevant authorities. As a minimum the Tenderer
must hold or have the ability to obtain necessary approvals to carry Dangerous
Goods on the aircraft.
The Tenderer must be capable of providing in-flight catering equivalent to an
industry ‘economy’ standard for all passengers per flight. Note: All meals to be
Halal unless specified otherwise. Alcohol must not be supplied by the Tenderer at
any time during a relevant service
The Tenderer must have the capability to provide medivac configuration, from any
location on mainland Australia as and when required.
The Tenderer must be able to demonstrate experience and capability in
undertaking secure operations including, the carriage of persons in custody.
The Tenderer must provide evidence of senior executive or board approval to
engage in operations relating to this requirement with the Department.
2.3 Nature and Scope of the Requirement
(a) The successful Tenderer will be required to provide a suitable airframe and flexible
service solution to meet Department planned and adhoc domestic and international
The Department of Immigration and Border Protection – Air Charter Procurement 4
RFT DIBP 38/17 Air Charter Procurement

operational requirements. In addition to the transportation of passengers the inclusive


services the Tenderer will provide aircrew, aircraft maintenance, ground handling, meals
and re-fuelling capability.
(b) The successful Tenderer will be required to demonstrate the ability to work
collaboratively with the Department and other providers in order to ensure the smooth
operation of:
Security services in relation to the movement of persons in custody
Physical handling of dangerous goods
Road Transportation
2.4 Technical Specifications
(a) The successful Tenderer will be required to have:
Reliability Engineering support required for Extended Diversion Time Operations
(EDTO);
Civil Aviation Safety Authority (CASA) approvals subpart 21m or 21J or equivalent;
Accreditations for Airworthiness Management (CASR 42 or approved AOC
equivalent) Including Reliability Engineering support required for EDTO;
CASA part 95 approvals; and
Other regulatory requirements to meet the SOR
2.5 Deliverables
(a) The successful Tenderer must provide the following:
Leasing contract details or Proof of ownership (6 months) prior to contract
commencement.
Detailed Airframe history and engineering reports including Age, Flying hours,
Maintenance & repairs information, condition reports (3 months) prior to contract
commencement.
All permits, accreditations and licenses required to provide the services under this
Agreement, (3 months) prior to contract commencement
Details of flight crew to the Department to co-ordinate AGSVA Baseline security
clearances prior to contract commencement.
Aircraft Maintenance schedules and evidence that the work has been completed
throughout the period of the contract (3 months) prior to contract commencement.
2.6 Meetings
(a) During the Term of the Contract, the Department will meet with the successful Tenderer
as required, to review and discuss items such as performance, reports, invoicing,
disputes, security requirements, integrity and anti-corruption measures, compliance with
WHS, non-compliances and relevant industry and technology developments.
(b) The successful Tenderer will be responsible for keeping minutes of such meetings and
distributing copies to attendees.
(c) Each party will bear its own costs in respect of all meetings called and attending to the
matters arising which require their action or attention.
2.7 Reporting Requirements
(a) During the Term of the Contract and as part of the administrative process, the successful
Tenderer will be required to provide written reports on:
progress of the Requirement;
meeting key performance measures;
contact with Security Classified Material;
The Department of Immigration and Border Protection – Air Charter Procurement 5
RFT DIBP 38/17 Air Charter Procurement

Security Incidents;
WHS Incidents;
the current condition of equipment used to supply the Requirement;
maintenance of such equipment;
repairs undertaken to such equipment; and
upgrades carried out to such equipment.
(b) Reports including, but not limited to, the above, are to be provided on an as requested
basis, at no additional cost to the Department.
2.8 Performance Measurement
(a) Performance of the Contract will include:
Performance When will it be Who is How will it be Consequences of failing to
Measure measured? responsible measured meet the Performance Measure
for measuring (including any
it? tools that will be
used)?

WHS occurrences Per instance Contract Reporting of Training/frequent reporting on


Manager incident in writing mitigations for future WHS
management within timeframe
agreed with the Contract Manager

Aircraft availability Monthly Contract Against the Block hour charges may not be
Manager contract paid for time delay due to
requirements contractor failure

Planned Monthly Contract Measured against Additional maintenance (not


maintenance Manager the maintenance caused by contractor fault)
schedule requiring the aircraft to be
unavailable to meet contract
requirements may result in non-
payment of weekly standing
charges calculated pro rata to
time not available

Security - Monthly Contract Measured against Non-availability of sufficient crew


personnel Manager specified causing delay in schedule may
personnel list result in in non-payment of weekly
provided standing charges calculated pro
rata to time not available

Security Incidents Per instance Contract Reporting of Training/frequent reporting on


Manager incident in writing future management of security
compliance within timeframe
agreed with the Contract Manager

(b) Failure to achieve a Performance Measure is expected to trigger remedies against the
Contractor as detailed in the Draft Contract.
2.9 Additional Services
(a) The Department may, from time to time during the Term of the Contract, require
additional Services related to the Requirement which may include, but are not limited to:
Additional quantities or frequency of good and/or Services;
Additional training;

The Department of Immigration and Border Protection – Air Charter Procurement 6


RFT DIBP 38/17 Air Charter Procurement

Professional advice or consultation on topics related to the Requirement.


2.10 Planning and Programme Implementation
(a) The Service Provider(s) must perform the Services in an efficient manner in accordance
with the following requirements:
must provide all relevant plans within the specified timeframes outlined in this
Statement of Requirement
must ensure all Plans include:
• specific requirements where appropriate; and
• overarching management principles.
(b) The Service Provider(s) must develop the following plans and documents for approval by
the Department and comply with those plans and documents once they have been
approved:
Contract Transition-In Plan;
Contract Transition-Out Plan;
Risk Management and Fraud Control Plan; and
Work Health and Safety Plan.
2.11 Security Requirements
(a) The Department will provide adequate security and escort services in accordance with
Aviation policy guidelines on the transfer of persons in custody.
(b) The Department will facilitate AGSVA Baseline security clearances for Aircrew once
personnel details have been provided by the Contractor. The Contractor is to provide
these details and co-ordinate with the Department prior to commencement of the
contract.
2.12 Compliance with other Commonwealth Policies
(a) The Requirement is to be provided in compliance with the following:

Policy Administered by Issues to consider

Australian Industry Participation DIS See details in the notes to the RFT
Plans in Commonwealth Terms and Conditions, Part 1 – RFT
Government Procurement Details. Some Tenderers will be
required to have an approved AIP
Plan.

National Waste Policy SEWPAC The Department should avoid the


generation of waste for disposal, and
ensure that waste treatment, disposal,
recovery and re-use is undertaken in
a safe and environmentally sound
manner etc.

Indigenous Procurement Policy Department of Prime Minister See clause 41 of the RFT terms and
and Cabinet conditions.

The Indigenous Procurement Policy


took effect on 1 July 2015. It requires
Commonwealth entities to award
three per cent of Commonwealth
contracts to Indigenous businesses
by 2020, with interim targets applying
each year from 2015-16.

The Department of Immigration and Border Protection – Air Charter Procurement 7


RFT DIBP 38/17 Air Charter Procurement

Policy Administered by Issues to consider

In addition, the Indigenous


Procurement Policy requires that
certain contracts be set aside for
Indigenous businesses and that some
other contracts include mandatory
minimum Indigenous employment or
supplier use requirements.

Commonwealth Disability Strategy Department of Social Services This is to assist Government agencies
in meeting their obligations under the
Disability Discrimination Act 1992. Its
purpose is to make sure that people
with disabilities have the same level
of access to all Australian
Government policies, programs and
services as other members of the
Australian community.

2.13 Records Management


(a) Without limiting or reducing the Service Provider(s)’s obligations under the Contract, the
Service Provider(s) must:
create, maintain, store securely and transfer records to the Department in
accordance with the Archives Act 1983 (Cth) and the Australian and International
Standard for Records Management, AS ISO 15489
ensure privacy is maintained in accordance the Privacy Act 1988 and the
Australian Privacy Principles
produce timely, legible, accurate and comprehensive records of all Services
transfer the custody of any hard or soft copy records to the Department within
agreed timeframes acceptable to the Department
ensure records are safeguarded from unauthorised access or use
ensure all hand written records are transferred into an electronic record in the
Service Provider(s) relevant information technology system
ensure all electronic records have been effectively backed up on a daily basis
ensure that no data, record or report is inappropriately accessed, removed, lost,
corrupted or misplaced. If any of these instances in this clause 2.13 (a) (viii) occur,
the Service Provider must notify the Contract Manager within the 3 working days of
the becoming aware of the incident.
2.14 Ozone Depleting Substances and Hazardous Substances
(a) The Commonwealth wishes to be informed about ozone depleting substances and
hazardous substances that may be used in undertaking the Requirement or contained in
goods supplied as part of the Requirement.
(b) Tenderers should state whether or not any ozone depleting or hazardous substance may
be used in undertaking the Requirement, or contained in any goods supplied as part of
the Requirement and set out full details of each ozone depleting or hazardous substance
concerned in the Tenderer’s Response.
2.15 Environmental Impact
(a) The Commonwealth wishes to be informed of any claims made by Tenderers about the
benefit to the environment of the Requirement that is offered by them.

The Department of Immigration and Border Protection – Air Charter Procurement 8


RFT DIBP 38/17 Air Charter Procurement

(b) Tenderers may state in their response the particular part of the production process or
characteristic of any part of the Requirement offered by them that they claim is
environmentally beneficial.
(c) Tenderers should substantiate their claims and state how their claims take into account
the provisions of any applicable legislation and government policies that relate to the
environment.
(d) Tenderers acknowledge that the Commonwealth does not verify claims or accept
responsibility for their accuracy.
2.16 Compliance with Industry Codes or Guidelines
(a) The Requirement is to be provided in compliance with the following:
Air Navigation Act 1920;
Civil Aviation Act 1988;
CASA-Civil Aviation Safety Regulations 1998;
CASA-Civil Aviation Regulations 1988;
CASA-Airspace legislation- Airspace Act 2007 and Airspace Regulations 2007;
IATA and ICAO; and
IATA Dangerous Goods Regulations 2009 (as amended from time to time).
2.17 Business Quality Assurance
(a) The Tenderers must, at a minimum, have a documented quality management system in
place that demonstrates capacity to systematically plan and manage the quality of work.
(b) It is a highly desirable requirement for the Tenderers to have, and provide evidence of a
certified quality management system to AS/NZS ISO 9001:2008 or equivalent by a
certifying body registered with the Joint Accreditation System – Australia and New
Zealand or an equivalent body.
(c) A quality management system may be integrated with other management systems such
as those for environmental and occupational health and safety management. In these
circumstances, it is the responsibility of the Tenderers to demonstrate evidence of such a
system.
(d) Tenderers must provide, with their Response, any supporting documentary evidence
such as their quality assurance certificate, manual and/or procedures.
2.18 Contract Transition-In Plan
(a) The Tenderer is required to provide with its Tender, a draft Transition-In Plan (in
accordance with Clause 2.18(c) of Attachment A - Statement of Requirement).
(b) The Tenderer should note that the Contract will be required to provide a final Transition-
In Plan version incorporating any changes requested by the Department, at the time of
Contract execution.
(c) The Transition-in Plan must, at a minimum, describe all the tasks and activities,
(including outlining all documents, plans and other deliverables required to be developed
or approved in accordance with this Statement of Requirement) to ensure that the
Contractor can effectively perform the services in accordance with the Contract within
one calendar month of the Commencement Date, including:
staffing arrangements;
records and information management;
asset management;
communications and stakeholder engagement;
financial records and acquittal; and

The Department of Immigration and Border Protection – Air Charter Procurement 9


RFT DIBP 38/17 Air Charter Procurement

departmental property.
(d) The Contractor will be required to describe how they will transition all services, which
may include transitioning services from the incumbent Contractor, including:
the proposed transition team, including names, roles, experience and percentage
of their time allocated to transition and the intended dates of their withdrawal;
a comprehensive personnel transition strategy;
process mapping;
collection and migration of data; and
establishment of systems, if applicable, and links to existing systems.
(e) The Contractor must include in the Transition-in Plan:
appropriate milestones for the acceptance of and timeframes for performing the
Transition-in activities and tasks, which if there is more than one Tenderer must
include a milestone date for the approval of the operating model(s) required in
accordance with Clause 2.18 (e)of the Statement of Requirement;
milestones for the acceptance of all plans required in accordance with the
Contract;
details of the acceptance criteria for each of the milestones in accordance with the
requirements of the Contract;
details of the responsibilities of the parties during the Transition-in period;
details of how the Contractor will establish capacity to deliver the services;
details of how the Contractor will establish robust managerial and administrative
arrangements to deliver the services, which comply with the Statement of
Requirement;
details of how the Contractor will engage sufficient and adequately skilled
personnel to perform the services;
details of how the Contractor will establish and maintain appropriate security
processes and practices to protect Commonwealth information, in accordance with
the Contract (including applicable privacy and records management requirements);
and
Details of how the Contractor will work cooperatively with the incumbent service
provider to transition existing services, including undertaking audits and stocktakes
of existing assets and property.
2.19 Contract Transition-out
(a) The Contractor is required to provide the Department with a Transition-out Plan for
approval by the Department, in accordance with the following:
a draft plan within six (6) months of the Commencement Date;
an updated version incorporating any changes requested by the Department within
ten (10) business days of the request;
an update annually on the anniversary of the Commencement Date;
if a Termination Notice is issued under the Contract, within one (1) month of the
date on which that notice is given; and
if no Termination Notice issued under the Contract, at least six (6) months before
the Contract expires.
(b) The Contract Transition-out Plan must, at a minimum, describe:
how the Contractor will effectively and efficiently disengage from the services upon
expiry or termination of the Contract by the end of the Term, or such other date
agreed by the Department;
The Department of Immigration and Border Protection – Air Charter Procurement 10
RFT DIBP 38/17 Air Charter Procurement

detail all the tasks and activities that will be undertaken to disengage, including:
• staffing arrangements;
• records and information management;
• asset management;
• communications and stakeholder engagement activities;
• financial records and acquittals; and
• departmental property.
(c) The Contractor must include details in its Transition-out Plan which describes:
their ability to work with the Department and other Contractors in collaboration,
ensuring service continuity if there is a transfer of services to the Department or
another contractor;
how they will ensure all services commenced under the Contract are completed in
accordance with the Contract, or are appropriately transferred to the Department,
or another contractor (as required by the Department);
how they will meet all other transition-out requirements as notified by the
Department;
appropriate milestones for accepting of, and timeframes for performing, the
Contract transition-out activities and tasks; and
their responsibilities during the Contract transition-out period.
2.20 Contract Relationship Management
(a) Tenderers must outline in their Tender Response how they would:
implement and manage its internal governance arrangements to foster cooperation
and a professional working relationship with the Department and other Service
Providers;
develop and implement its own governance arrangements for effective contract
and relationship management to ensure service delivery is accountable, consistent
and in coordination with the Department; and
be responsive to requests from the Department, including changes in delivery to
Services and requests for reporting.
(b) The Service Provider(s) must ensure that the Key Positions are occupied at all times to
achieve a strong and effective partnership and facilitate effective Service delivery and
contract management.
(c) The Tenderers must indicate in their Tender Response the key resources that will be
allocated to managing contractors.
(d) The Service Provider must advise of change of key employees within five (5) working
days.
2.21 Business Continuity
(a) The Contractor is required to provide the Department with a Business Continuity Plan for
approval as follows:
a draft at the Commencement Date of the Contract;
a final version incorporating any changes requested by the Department within 30
business days of the Commencement Date; and
an update annually on the anniversary of the Commencement Date.
(b) The Business Continuity Plan should address the following:

The Department of Immigration and Border Protection – Air Charter Procurement 11


RFT DIBP 38/17 Air Charter Procurement

Describe the strategies and actions to ensure continuity of the goods and/or
services when normal operations are disrupted or circumstances exist that may
threaten the operation of the goods and/or services;
Align with recognised standards for business continuity including:
• ISO 22301:2012 Societal Security Business Continuity Management Systems
requirements
• ISO 5050:2010 Business Continuity Managing Disrupted Related Risk or
equivalent
Be consistent with and reflect the approved Risk Management and Fraud Control
Plan;
Include criteria for identifying and managing business continuity risks, including
descriptions of likelihood and consequence criteria, and appropriate risk
management criteria
Describe how business continuity issues will be reported internally and to the
Department; and
Describe the threshold for escalation and management of business continuity
issues.
2.22 Work Health and Safety Plan
(a) The Contractor is required to provide the Department with a Work Health and Safety
(WHS) Plan for approval as follows:
a draft at the Commencement Date of the Contract;
a final version incorporating any changes requested by the Department within 30
business days of the Commencement Date; and
an update annually on the anniversary of the Commencement Date.
(b) The WHS Plan should, at a minimum, address the following:
Describe how the Contractor will comply with its WHS obligations under the
Contract and applicable legislation and any current industry standards and
practice, including the Work Health and Safety Act 2011 (Cth));
Identify, prevent and manage the risk of work health and safety issues for
Contractor staff in the performance of the services;
Be consistent with AS/NZS 4801:2001 – Occupational Health and Safety
Management System; and
include policies and procedures relating to:
• Hazard control;
• Infection control, where appropriate;
• Occupational hygiene;
• Safety and security of persons working at a facility;
• WHS training requirements for Contractor’s personnel working onsite at a
facility;
• Emergency and disaster management procedures in the event of cyclones
and bushfires where relevant to risk; and
• Contractor’s personnel support including Post-Incident Management and
debrief activities.
(c) The Contractor must

The Department of Immigration and Border Protection – Air Charter Procurement 12


RFT DIBP 38/17 Air Charter Procurement

regularly review and update the WHS Plan throughout the term of the Contract to
ensure it remains appropriate and current at all times, and submit any updated
plan to the Department for approval; and
comply with the WHS Plan.
2.23 Risk Management and Fraud Control Plan
(a) The Contractor must provide and manage the Risk Management and Fraud Control Plan
in order to manage risks effectively, and take a systematic and stringent approach to the
prevention and detection of fraud to achieve outcomes.
(b) Effective risk management requires the Contractor and the Department to understand
the nature of the risks and to systematically identify, assess, treat, monitor and review
those risks. The Contractor must ensure that risk and fraud identification, assessment,
and prevention are embedded into processes at all levels.
(c) The Contractor is required to provide the Department with a Risk Management and
Fraud Control Plan for approval in accordance with the following:
a draft by the Commencement Date;
a final version incorporating any changes requested by the Department within the
date specified in the Transition-in Plan; and
an update annually on the anniversary of the Commencement Date, or as
requested by the Department.
(d) The Risk Management and Fraud Control Plan must be consistent with the Department’s
Risk Management strategies and the Commonwealth Fraud Control Guidelines, and
must, at a minimum, describe:
how the Contractor will identify, seek to prevent and manage risks in relation to the
services
the level of conformance to recognised standards for risk management (AS/NZS
ISO 21000:2009);
criteria for identifying and managing risks, including descriptions of likelihood and
consequence criteria;
how risks will be categorised and appropriate risk treatment strategies applied;
how risks will be reported internally and to the Department;
the thresholds for escalation and management of risks;
how the Contractor will identify, prevent and manage risk of fraud in the
performance of the services; and
how any instances of fraud or suspected fraud will be reported internally and to the
Department.
(e) The Contractor must:
incorporate or otherwise address any comments or feedback on the Risk
Management and Fraud Control Plan;
comply with and implement the approved Risk Management and Fraud Control
Plan during the term of the Contract;
perform its obligations under the Contract in a manner that facilitates identification,
control, management and mitigation of the risks in connection with the Contract,
whether or not a risk is identified in the approved Risk Management and Fraud
Control Plan;
provide the Department with information and documents in relation to the Risk
Management and Fraud Control Plan promptly on request by the Department;
promptly report to the Department on the status of the Risk Management and
Fraud Control Plan, and any significant new or changed risks; and
The Department of Immigration and Border Protection – Air Charter Procurement 13
RFT DIBP 38/17 Air Charter Procurement

regularly update and submit for approval the Risk Management and Fraud Control
Plan throughout the term of the Contract as and when necessary, to ensure the
plan identifies current risks and appropriate prevention or mitigation strategies at
all times.

2.24 Human Resource Management Plan


(a) The Contractor is required to provide the Department with a Human Resource
Management Plan for approval, in accordance with the following:
a draft at the Commencement Date;
a final version, in accordance with the milestone date in the Transition-in Plan; and
an update annually on the anniversary of the Commencement Date, or as
requested by the Department.
(b) The Human Resource Management Plan must, at a minimum, include:
induction and ongoing training programmes for Contractor personnel that is
sufficiently tailored for the different roles and responsibilities;
comply with the requirements of the Contract, including the Statement of
Requirement and all Contract standards including the APS Code of Conduct;
describe the Contractor’s attraction and retention strategy and how it will ensure it
has sufficient personnel with appropriate skills to deliver the required services;
identify specific personnel for key positions nominated by the Contractor, including
specified personnel and detail the specified personnel minimum qualifications and
experience for said key positions;
strategies to ensure Contractor personnel meet ongoing qualification, registration
and training requirements for different roles; and
detail the Contractor’s training strategy.
2.25 Communications Plan
(a) The Service Provider(s) must:
implement a Communications Plan that sets out the standards and qualities that it
expects of the Service Provider(s) employees when interacting and dealing with
the Department; and
ensure that Workers and their family members are treated with respect regardless
of their gender, lifestyle, interests, religious or cultural backgrounds or beliefs, and
that equitable access to services is maintained.

The Department of Immigration and Border Protection – Air Charter Procurement 14

Das könnte Ihnen auch gefallen