Simple keyword search and advanced search
close
or

Contracts Administrator - NIF Route Clearance - ISD-18-7654

RFT ID ISD-18-7654
RFT Type Open Tenders
Published 26-Oct-2018
Closes 9-Nov-2018 2:00pm
Category Project administration or planning
Agency Transport for NSW


Contact Person
Nicholas Beggs
Phone: (02) 9422 7521
NIF.procurement@transport.nsw.gov.au

Tender Details

The NSW Government is delivering a New Intercity Fleet (NIF) to replace the trains carrying customers from Sydney to the Central Coast, Newcastle, the Blue Mountains and the South Coast.

The NIF Blue Mountains Route Clearance enabling works extend from west of Springwood station to Oakey Park, west of the Ten Tunnels Deviation. The works are required in order to permit the NIF trains to travel on the Blue Mountains (Main West Line) west of Springwood. The BMRC project is a complex, brownfield project, with predominantly track, platform coping, signalling and tunnel works.

The BMRC project is being delivered by an Alliance and is required to be completed by mid 2020 in time for the deployment of NIF trains along this corridor of the Rail Network.

The role is based in Chatswood, but during construction delivery when work is being conducted in possessions and closedowns, the role will be required to work from a project site office (in the Blue Mountains area). The construction work is planned to be conducted in seven (7) possession / closedown periods, tentatively around the following dates:

1.      11 – 22 February 2019

2.      13 – 24 May 2019

3.      2 – 13 September 2019

4.      14 – 25 October 2019

5.      27 – 30 December 2019

6.      10 – 21 February 2020

7.      11 – 22 May 2020

The Contracts Administrator must be able to work during the above periods and not take leave during the above periods. The Contracts Administrator will not be required to work weekends or public holidays.

Location

NSW Regions: Northern Sydney

RFT Type

Open Tenders - An invitation to tender by public advertisement with no restriction placed on who may tender. Tenderers will normally be required to demonstrate in their tender that they have the necessary skills, resources, experience, financial capacity, and in some cases licences, accreditations, etc., to fulfil the tender requirements.

Additional Details / Instructions

NOTE: Tenderers must submit their response as two (2) separate files only. The first is to consist of the completed “Non-Commercial Schedules” and is to exclude any reference to pricing. The second file is to consist of the completed “Commercial Schedules”. 

Conditions for Participation

Essential requirements

 1.      5 years’ Post Graduate experience (or equivalent experience if the candidate does not have Tertiary qualifications);

2.      3 years recent experience as a Contracts Administrator or Site Engineer (in the last 5 years);

3.      Demonstrated experience in contract administration with specific examples of delivery experience working with claims, scope and variations management claims, and budget forecasting for medium to large scale CAPEX projects;

4.      Familiarity with the alliance delivery model, demonstrated by having at least 3 to 6 months specific experience on an alliance project, preferably as Contract Administrator;

5.      Demonstrated experience meeting milestone deadlines while operating within a cross functional (or internal/external) team environment for a significant project;

6.      Demonstrated experience working independently (self-directed or minimal supervision) to contribute to an outcome of significant relevance to a medium to large scale project;

7.      Demonstrated verbal and written communication skills and the ability to deal effectively with people at all levels;

8.      Must be computer literate and have excellent skills in using Microsoft Office packages;

9.    The candidate has successfully completed the Rail Industry or Rail Safety Worker Induction (RISI/RSW); and

10. The candidate possesses a general Construction Induction Card (CIC).

Insurances:

The insurance levels under the contract will be:

• Professional Indemnity: $5 million; and

• Public Liability: $50 million.

Note that the resources engaged will be accessing the live operating rail corridor. 

Fleet Program Delivery Social Procurement Statement

The successful Tenderer for ISD-18-7654 will be embedded within TfNSW’s Fleet Program Delivery  Branch. Fleet Program Delivery is committed to building a diverse and inclusive culture across the Branch; a culture that plans for and encourages diversity, recognising the benefits that such an approach brings for our staff and customers. Diversity relates to age, gender, ethnicity, cultural background, sexual orientation, religious belief, disability and carer responsibilities. It also applies to other differences, such as educational level, life experience, work experience, socio-economic background, personality and marital status. Inclusion refers to the achievement of a work environment where differences and diversity of thought are valued.

Fleet Program Delivery is guided by a best-practice approach to managing diversity and inclusion, which can facilitate a high performing workplace that reflects the vibrant communities we serve and enables us to provide a better service to our customers.

Fleet Program Delivery’s goal is to inspire Tenderer’s to develop their own social procurement policies. Furthermore Fleet Program Deliver encourages Tenderer’s to be mindful of Fleet Program Delivery’s  Social Procurement Statement when responding to this Tender.


Multi Agency Access

No