Simple keyword search and advanced search
close
or

New Intercity Fleet (NIF) Project and Tangara Technology Upgrade (TTU) Project - Rolling Stock Technical Advisory Services - ISD-15-4568

Contract Award Notice ID ISD-15-4568
Publish Date 11-Jan-2016
Category Engineering and Research and Technology Based Services
Agency Transport for NSW
Particulars of the goods or services to be provided under this contract

The contractor will provide a team of experienced and suitably qualified professionals to support the delivery and development phases of various rolling stock projects for the fleet branch. This includes the provision of all of the following roles:

  • Engineering Manager
  • Electrical Engineer
  • Mechanical Engineer
  • Systems and Requirements Engineer
  • Systems and Safety Assurance Engineer
  • ICT Engineer
  • Accessibility Specialists
  • Human Factors Specialist
  • Technical Advisor Support for NIF/TTU

 This contract has been varied.

Original Contract Duration 4-Nov-2015 to 31-Dec-2016
Amended Contract Duration 4-Nov-2015 to 30-Jun-2024

Contract Award Notice Details

Contractor Name Ricardo Rail Australia Pty Ltd
ACN 097900206
ABN 47 097 900 206
Is an Aboriginal or Torres Strait Islander owned business No
Street Address Level 20, Tower A, Zenith Centre 821 Pacific Highway
Town/City Chatswood
State/Territory NSW
Postcode 2067
Country AUSTRALIA


Related RFT ID
TPD-15-4568


Other private sector entities involved in, with an interest in or benefiting from this contract

Not Applicable

Estimated amount payable to the contractor (including GST)

$2,676,092.00 (Goods or services supplied)

Amended estimated amount payable to the contractor (including GST)

$98,209,488.01 (Goods or services supplied)

Any provisions for payment to the contractor for operational or maintenance services

Not Applicable

Method of Tendering

Open

Description of any provision under which the amount payable to the contractor may be varied

TfNSW Professional Services Contract - Clause 16 Variations; Schedule 5 Schedule of Rates; Schedule 7 Options; Annexure 1 (Services Brief) clause 2.3.

Two options for extension of services (1 x 2-year extension and 1 x 3 year extension) - maximum period of extention 5 years.

Description of any provisions under which the contract may be renegotiated

Not Applicable


Summary of the criteria against which the various tenders were assessed

Evaluation Criteria Weighting

1. Demonstrated relevant expertise and capability of the Tenderer's key personnel to undertake the services

40%

2. Tenderer's understanding of the services and proposed delivery methodology

20%

3. Fee proposal 

40%

Minimum Requirements

  1. Tenderer must provide suitably skilled and qualified resources for all the reoles listed in the Services Brief as part of tender response;
  2. Tenderer must demonstrate that the key people nominated have at least five years of relevant experience working in rolling stock design, procurement or engineering;
  3. Tenderer must demonstrate that the individual nominated for the role of Engineering Manager must have at least 15 years' experience in rolling stock (or equivalent complex multidisciplinary systems) design or procurement and at least five years' experience in leading or managing rolling stock design or procurement engineering teams; and
  4. Organisation must demonstrate relevant eperience in leading and managing a team to delivery rolling stock projects for government agencies in the last five years with project value in excess of A$200 million.

 

Contract Contains Agency 'PiggyBack' Clause

No


Industrial Relations Details for this Contract
Name of Sub-contractors (incl. ABN & ACN)

Not Applicable

Applicable Industrial Instruments

Not Applicable

Location of Work

Not Applicable

NSW Industrial Relations inspectors routinely audit the employment records of contractors and sub-contractors to all NSW Government contracts. The results of these inspections are published on the NSW Industrial Relations website.

Agency Contact Attn: Project Information Officer, Infrastructure and Place, TfNSW

State/Territory NSW

Country AUSTRALIA

Other Information

The Contractor is a member of the NSW Government's Prequalification Scheme: SCM0005 Performance and Management Services and has been engaged under the TfNSW Professional Services Contract (PSC).

Original contract price as disclosed was $2,676,092 (ex-GST).
Original end date of 31-Dec-2016

This contract has been varied:

  • Variation 01: an additional $8,499,973 (excl. GST) and revised Date for Completion of 31-Dec-2018
  • Variation 02: an additional $2,035,523 (excl. GST)
  • Variation 03: an additional $511,250 (excl. GST)
  • Variation 04: an additional $1,440,000 (excl. GST)
  • Variation 05: an additional $687,500 (excl. GST)
  • Variation 06: an additional $3,158,750 (excl. GST)
  • Variation 07: an additional $4,242,664 (excl. GST)
  • Variation 08: an additional $3,886,356 (excl. GST)
  • Variation 09: an additional $32,248,270 (excl. GST)
  • Variation 10: an additional $1,142,971 (excl. GST)
  • Variation 11: an additional $5,444,375 (excl. GST) and revised Date for Completion of 31-Dec-2021
  • Variation 12: an additional $5,452,556 (excl. GST)
  • Variation 13: an additional $6,474,741.72 (excl. GST) and revised Date for Completion of 30-June-2022
  • Variation 14: an additional $2,677,004 (excl. GST)
  • Variation 15: an additional $3,679,060 (excl. GST) and revised Date for Completion of 31-Dec-2022
  • Variation 16: an additional $2,404,731 (excl. GST)
  • Variation 17: revised Date for Completion of 31-Mar-2023
  • Variation 18: an additional $2,619,536.02 (excl. GST) and revised Date for Completion of 30-Jun-2024

The disclosed contract value represents the contract price plus an additional 10% for GST.  This value may be overstated if GST does not apply to all parts of the contract.