Simple keyword search and advanced search
close
or

ROI - PSU Design and Construction of Inter-Trip - ROI ISD-16-5556

RFT ID ROI ISD-16-5556
RFT Type Expression of Interest For Pre-Qualification
Published 14-Jun-2017
Closes 28-Jun-2017 12:00pm
Category Electrical transmission and distribution equipment
Agency Transport for NSW


Contact Person
PSU Procurement
Phone: +61 2 9200 0200
psu.procurement@projects.transport.nsw.gov.au

Tender Details

The Power Supply Upgrade Program is designed to meet expected power requirements for Sydney’s future rail network and new fleet of air conditioned trains, including ‘More Trains, More Services’. The program involves upgrades to substations, section huts, overhead wiring and feeders as well as the construction of new infrastructure across the network.

Transport for NSW (TfNSW) is seeking Tenders from companies that have the capability and capacity to undertake the work described in this Invitation to Registration of Interest (ROI).

This Invitation for ROI includes work as follows:

  • Inter-trip protection on the DCCB 1500V for the 2018 Time Table Project and Substation/Section Hut upgrades related works in the Lindfield and Gordon Substation;
  • Inter-trip protection on the DCCB 1500V in the CBD Area; and
  • Inter-trip protection on the DCCB 1500V in the South Coast line.

Location

NSW Regions: Inner West, South East Sydney, South West Sydney

RFT Type

Expression of Interest For Pre-Qualification - An invitation for Expression of Interest (EOI) for pre-registration of prospective tenderers for a type of work or service. Applicants are initially evaluated against published selection criteria. RFT may then be invited from a panel of providers (as Selective, or Invited).

This tender opportunity is not expected to lead to the award of a contract, or the award details will be advertised elsewhere. Please telephone or email the contact officer for details


Related Records


Additional Details / Instructions

 

Conditions for Participation

The Tenderer must demonstrate as a minimum, compliance with the following requirements: 

  • Minimum Requirement 1 – Applicants are to confirm and provide evidence that the Applicant has successfully completed a minimum of 2 electrical and communications Design and Construction contracts within the rail environment, valued in excess of $4 million each, within the last 5 years;
  • Minimum Requirement 2 - Applicants are to confirm and provide evidence that Applicant has had a financial turnover in excess of $45M for each of the past three financial years

  • Minimum Requirement 3 - The Applicant and the Applicant’s subcontractors have or will have prior to Contract execution NSW Department of Transport, Authorised Engineering Organisation accreditation for Design and Construction in accordance with the ASA Engineering Services Matrix provided with this Tender (Invitation to ROI-Appendix B).  The Applicants are required to provide evidence that they have or will have AEO Accreditation prior to Contract Execution. Where a scope expansion application has been submitted, confirmation may be obtained from ASA to determine compliance with this minimum requirement.

  • Minimum Requirement 4 – Applicants are to confirm and provide evidence that the Applicant has an Environmental Management System that has been certified by a third party as complying with ISO 14001:2015 Environmental Management System, certification for WHS Management System and Quality Management System as complying with ISO 9001:2015 QMS

Multi Agency Access

No