
FOI LEX 39604
Addendum
ADDENDUM NUMBER: 12
RFT NUMBER: 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Question 1:
Is the recommended page limit a hard requirement, or is there scope to provide responses
above the recommended threshold?
Answer 1:
Schedule 3 – Statement of Requirements and Evaluation Criteria contain guidance on the
suggested number of pages for each requirement. Please note that this is for guidance only
and is not a page limit.
Question 2:
Can the department provide the scenarios that they wil be using to calculate the total cost
ownership from the rate cards? For example, can you provide volume of days and pyramid of
resources?
Answer 2:
No. This information wil not be provided.
Question 3:
What is the expected duration of overall transformation target date to reach target state?
Answer 3:
The Welfare Payments Infrastructure Transformation (WPIT) Programme is anticipated to be
delivered and completed by 2022. At this future date, it is anticipated that the target state
processes and services wil be fully completed and operational in the business as usual
environment. Details regarding Tranche content and sequencing for the WPIT Programme are
contained in Programme Overview (Attachment H, Part 5) of the SI RFT pack. Please note
that the tranche sequencing and delivery dates of transformed services are subject to change.
Question 4:
Is customer (Citizen) enablement considered part of transformation?
Answer 4:
Yes. The customers wil be enabled through end to end “Omni-Channel” digital services, using
the device of their choice. Supporting services wil include a Virtual Assistant and self-service
85 of 400
FOI LEX 39604
terminals in the offices supported by a service offer to assist customers who are new to the
self-service capabilities. Authentication services are expected to be consumed via myGov.
Question 5:
The RFT process wil result in a ranking of participants, the top 2 of which proceed to the
competitive dialogue. From CD a participant wil be selected to lead tranche 2. By what
process wil participants be ranked for tranches 3 and so on?
Answer 5:
No procurement decision has been made for tranches of work beyond Tranche Two. The
establishment of the Systems Integrator Panel does, however, provide the department
flexibility to procure systems integrator services over the whole life of the WPIT programme
(see Section 1.2 of the RFT).
Question 6:
With WPIT and Defence insight in progress there are potentially going to be huge demands
on SAP skil s in Canberra. There are only a handful of SI’s that can bring these resources to
bear for one project – not 2 programs. Wil there be any relaxing of security requirements for
non-Australian resources to cope with this demand? All SI’s today use 457 visa’s to resource
work.
Answer 6:
For clarity, non-Australian citizens are not excluded from involvement in the WPIT Programme.
Guidance on the security requirements for the involvement of non-Australian citizens in the
programme can be found in the Physical Data Room. The relevant document is located in
Folder 9(a) Project Management Documents, Document 11, DHS Security Framework
(Security Participation Information).
Whilst non-Australian citizens are not excluded from involvement in the WPIT Programme,
there are security requirements that would prevent an individual on a 457 visa from being able
to work in certain programme roles. The Security Participation Information document provides
details on when the department may waive security requirements. It is not possible to make a
decision to waive any security requirements at this point of the WPIT Programme.
Question 7:
Will DHS provide to any organisation that asks a question through to the tender box (but which
DHS determined not to answer) a response declining to respond?
Answer 7:
Where it is possible to do so, the department wil notify an organisation if it exercises the right
not to respond to that organisation’s enquiry or request for clarification. Please refer to Section
10 of the Request for Tender documentation for more information regarding the process for
all enquiries or requests for clarification.
86 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 13
RFT NUMBER: RFT1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to,
questions received on this RFT.
Question 1:
Question relating to Attachment F - Pricing, Table 1.3 Assumptions on the tab entitled "1.
Labour Rates". This table does not appear to be editable.
Can you please confirm if there have been edits / updates to this table?
Answer 1:
No, there have not been edits or updates to Attachment F - Pricing, Table 1.3 Assumptions.
The question asked does, however, correctly identify a flaw in the table.
In Table 1.3, the first column, titled ‘Table Name’, erroneously contains a drop-down list. The
drop-down list prevents data being entered into the column. Should tenderers wish to use
Table 1.3, they wil need to remove the drop-down list. To do this, tenderers can fol ow the
instructions below.
To remove the drop-down list:
1. Select the column of values that contains the drop-down list.
2. Click ‘Data’, then ‘Data Validation’.
3. On the ‘Settings’ tab, click ‘Clear Al ’.
These instructions can also be found in the Excel ‘Help Menu’ by typing ‘remove a drop-
down list’.
Alternatively, tenderers may wish to use the revised At achment F – Pricing worksheet as
attached. This has had the erroneous drop-down lists already removed.
87 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 14
RFT NUMBER: RFT1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to,
questions received on this RFT.
Question 1:
Does DHS have plans to rationalise their online services and online claims service on one
platform? Is there a roadmap for applications like ‘Janus Workflow’, ‘Staff assisted claims’,
‘M204’ and ‘3270 Screens’?
Answer 1:
Yes. The department intends that online services and online claims wil be based on one
platform. Staff applications have been consolidated on Customer First which is based on the
SAP Platform.
No. A roadmap is not available. The strategy and roadmap for doing this is not part of the
response required for this RFT.
Question 2:
What is DHS’ strategy and plan around mobile enablement of DHS’ ‘online services’ and
‘online claim services’? What are the apps already available?
Answer 2:
The department currently operates a range of mobile applications, such as the ‘Express Plus’
suite, which are available for iOS and Android operating systems. However, the mobile
enablement strategy for WPIT is not relevant to this RFT.
Question 3:
Please confirm [the] current ‘Online claims’ application is hosted and published on Websphere
stack and both Websphere application server and portal server are used only for [the] ‘online
claims’ application.
Answer 3:
Most Online Claims and Online Services have been migrated to SAP WCEM. Some Online
Claims and Online Services stil , however, remain in WebSphere.
Question 4:
What are DHS’ enterprise architecture principles (Business, Application, Data, Technology
etc.)?
88 of 400
FOI LEX 39604
Answer 4:
The information requested can be found in the SI RFT Data Room. The appropriate document
is titled ‘DHS Enterprise Architecture Principles (Folder No. 2, Document No. 3). For further
information on the SI Data Room, please see Section 24 (Data Room) and Section 25 (Data
Room Access) of the RFT documentation.
Question 5:
What are the CTI (IVR and Telephony) systems being considered for [the] target stage? Many
of the Call centre functionality [elements] is dependent of these interfacing systems.
Answer 5:
The Computer Telephony Integration (CTI) systems are not relevant to this RFT.
Question 6:
Do we see the user base for Aged Care, Child Care and WPIT – [to] be [the] same – this is
important to understand the end state functional architecture diagram and R2PMatrix.
Answer 6:
There wil be overlaps between the Aged Care and WPIT Programme user base. Child Care
payments are part of the Centrelink programme and are, therefore, the same user base for
the WPIT programme.
Question 7:
SAP PI/PO system wil receive/send data to other Departmental systems. Is the Departmental
system outside [the] DHS network?
Answer 7:
DHS systems are within the department's network. Other departments' systems that WPIT wil
interface with wil remain outside DHS's network.
Question 8:
Does SAP PI/PO system integrate with ‘Income Security Integrated System’?
Answer 8:
Yes, SAP Process Integration / Process Orchestration (PI/PO) system integrates with ‘Income
Security Integrated System’.
89 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 15
RFT NUMBER: RFT1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to,
questions received on this RFT.
Question 1:
In Attachment I – Commercial Terms, Page 17, Definition of SI Background IP – Should it
read “….which are made available by the SI to the Department for the WPIT Programme”
rather than “….which are made available by the Department to the SI for the WPIT
Programme”.
Answer 1:
Yes. At achment I – Commercial Terms, Page 17, Definition of SI Background IP should
read ‘….which are made available by the SI to the department for the WPIT Programme’.
Attachment I – Commercial Terms should be read as if the above change has been made,
but the department wil not issue a replacement Attachment I - Commercial terms at this
stage.
The department wil issue a replacement version of At achment I – Commercial Terms to the
Tenderers selected as preferred Tenderers following the evaluation of the SI RFT.
90 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 16
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Question 1:
Is there a criteria that would make a new starter company like us are disqualified for bidding
for this program?
Answer 1:
No. There is no criteria disqualifying a ‘new starter’ company from submit ing a response to
the RFT.
Tenderers should note, however, that Schedule 3 of the RFT - Statement of Requirements
and Evaluation Criteria, section 75, states that: ‘The department requires the SI to have recent
experience as a principal systems integrator delivering a large-scale business transformation
enabled by ICT (“relevant project”).’
Tenderers that are not able to satisfy the full range of Evaluation Criteria in Schedule 3 are
reminded that the RFT explicitly allows for the use of subcontractors by a prime contractor.
For more information, Tenderers should refer to section 36 of the RFT.
91 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 17
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Question 1:
Do DHS measure CSAT for user interfacing application and overall services separately? If
yes, please provide current CSAT at each level.
Answer 1:
Yes. The department measures customer satisfaction for web-based online services (not
mobile applications), and this is separated into relevant programmes (Centrelink, Medicare,
etc.). Additional information in relation to Customer Satisfaction (CSAT) is available in the
virtual data room. (Please refer to Attachment D of the RFT and Addendum 2 to the RFT on
how to access the data room.)
92 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 18
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Question 1
Wil the Department accept a Tenderer participating in this RFT on the basis of terms and
conditions contained in a separate pre-existing agreement with the department?
Answer 1
The department’s proposed contractual structure is as follows:
a) each SI Panel member wil enter into the SI Panel Deed with the department
substantially in the form of the deed at At achment J – SI Panel Deed;
b) the department wil seek to negotiate variations to the SI Panel Deeds in parallel with
the CD process to incorporate comprehensive terms. The comprehensive terms wil
capture the key commercial terms outlined in At achment I – Commercial Terms, as
wel as other more operational and boilerplate terms; and
c) as work is required from the SI (as engaged from time to time), the department wil
issue Work Orders. The terms of the Work Orders wil be determined in accordance
with the SI Panel Deed (as varied to incorporate comprehensive terms).
The department intends that the contractual terms of the SI Panel Deed entered into with each
SI on the SI Panel wil not be materially different to each other, and that the initial terms of the
SI Panel Deed wil not be materially different to those terms outlined in the draft SI Panel Deed
at At achment J – SI Panel Deed and Attachment I – Commercial Terms.
Any non-compliance with Attachment I or Attachment J wil be taken into account in evaluating
risk. Substantial or full non-compliance with provisions in Attachment I or Attachment J wil
increase the Tenderer’s risk rating.
For more information, Tenderers should refer to:
• section 11 of the RFT; and
• the Response instructions and additional information in Attachment E – Contractual
and Commercial Terms Acceptance.
Question 2:
If our company is included as a sub-contractor in the tender response of another Systems
Integrator organisation, would this exclude us from:
a) Being engaged for other WPIT work in any other capacity?
b) Other non WPIT / SI work?
93 of 400
FOI LEX 39604
Answer 2:
No, to both questions.
For part a), the final sentence in Paragraph 42.1, No Guarantee of Work, states that, ‘
The
department may also continue to source services through other tender processes’. This
statement means that a tenderer is not excluded from other WPIT programme work on the
basis of the sub-contractor arrangements presented in the question.
For part b) the sub-contractor arrangements outlined in the question wil not exclude a tenderer
from other non-WPIT programme SI work.
94 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 19
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Answer 2 of Addendum 18 was published in error.
Please disregard Answer 2 of Addendum 18. Please be advised that this answer is the correct
answer to Question 2.
Question 2:
If our company is included as a sub-contractor in the tender response of another Systems
Integrator organisation, would this exclude us from:
a) Being engaged for other WPIT work in any other capacity?
b) Other non WPIT / SI work?
Answer 2:
No, to both questions. Nothing in the SI RFT prevents a Tenderer or a subcontractor of a
Tenderer from being engaged for:
a) other WPIT work in any other capacity; or
b) other non WPIT / SI work.
95 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 20
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Question 20:
What is the scope of the WPIT Programme? Could systems developed for the WPIT
Programme be utilised for other departmental programmes, such as health-related
programmes or Child Support Scheme Payments?
Answer 1:
The WPIT Programme is primarily focussed on business transformation for the delivery of
Payments and associated services (that is, welfare or other comparable government
programme disbursements paid to Customers by or on behalf of the department or the
Department of Veterans’ Affairs).
The WPIT Programme does not directly include the department’s health-related programmes
or Child Support Scheme payments, services or systems. However, the future System
developed by the WPIT Programme wil need to have the ability to interact with these systems
and other health and welfare systems such as Aged Care, Child Care and National Disability
Insurance Scheme (NDIS) and Child Support Scheme payment systems, including the
exchange of data. These interfaces therefore wil need to be part of the System’s design. For
more information, Tenderers should refer to Part 2 – Scope and Rationale for Change of
Attachment H – Programme Overview.
While the System wil be developed specifically for the delivery of welfare Payments and
associated services in the first instance, the department may use parts of the System, or the
whole System, for other departmental purposes.
96 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 22
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Question 1:
When entering pricing into “At achment F Pricing Schedule, Labour Rates tab”, the GST for
the offshore rows is a greyed out cell (but an enterable field). The formula in the total ‘per day
labour rate’ column does calculate the GST component. Can you please confirm that it is
acceptable to enter the GST value for of shore resources into this greyed-out field, or are there
other instructions we should be following given GST is chargeable on all resources.
Answer 1:
Where a Tenderer intends to apply GST to offshore rates, it should note that GST is applicable,
and the percentage rate to be applied, in the comments column of Table 1.1 Labour Rates
for the roles and capabilities required for the WPIT Programme and Table 1.2 Additional
Recommended Roles and labour rates (if applicable).
Any additional information on the application of GST to offshore rates should be included in
Table 1.3
98 of 400

FOI LEX 39604
Addendum
ADDENDUM NUMBER: 23
RFT NUMBER: RFT 1000401959
REQUEST FOR TENDER (RFT) FOR THE PROCUREMENT OF A SYSTEMS
INTEGRATOR PANEL
In accordance with clause 15 (Addenda and notices) of RFT Number 1000401959, the
Department of Human Services is advising Tenderers of the receipt of, and answers to
questions received on this RFT.
Answer 1 of Addendum 22 was published in error.
Please disregard Answer 1 of Addendum 22. Please be advised that this answer is the correct
answer to Question 1.
Question 1:
When entering pricing into “At achment F Pricing Schedule, Labour Rates tab”, the GST for
the offshore rows is a greyed out cell (but an enterable field). The formula in the total ‘per day
labour rate’ column does calculate the GST component. Can you please confirm that it is
acceptable to enter the GST value for of shore resources into this greyed-out field, or are there
other instructions we should be following given GST is chargeable on all resources.
Answer 1:
Where a Tenderer intends to apply GST to offshore rates, it should note that GST is applicable,
and the percentage rate to be applied, in the comments column of Table 1.1 Labour Rates
for the roles and capabilities required for the WPIT Programme and Table 1.2 Additional
Recommended Roles and labour rates (if applicable).
Any additional information on the application of GST to offshore rates should be included in
Table 1.3.
Tenderers should rely on their own tax advice in connection with the applicability or otherwise
of Australian taxes such as Goods and Services Tax to the services they offer.
99 of 400

FOI LEX 39604
Request for Tender (RFT) for the procurement of a Systems
Integrator Panel
RFT No:
1000401959
Contact:
xxxx.xxxxxxxxxxxxxxxxx@xxxxxxxxxxxxx.xxx.xx
Release Date:
1 August 2016
Closing Date:
26 August 2016
Closing Time:
2:00pm AEST
Lodgement Address:
Tenders must be lodged electronically via AusTender (see Section 16, AusTender).
100 of 400

FOI LEX 39604
This page is intentionally left blank.
101 of 400