Simple keyword search and advanced search
close
or

Power Supply Upgrade Program - Design and Construction of Overhead Wiring Works - ISD-16-5546

RFT ID ISD-16-5546
RFT Type Selective Tenders
Published 3-Mar-2017
Closes 3-May-2017 12:00pm
Category Electrical transmission and distribution equipment
Agency Transport for NSW


Contact Person
PSU Procurement
Phone: 02 9200 0200
psu.procurement@projects.transport.nsw.gov.au

Tender Details

The Power Supply Upgrade Program (PSU) has been tasked to deliver and meet expected power requirements for Sydney’s future rail network and new fleet of air conditioned trains, including ‘More Trains, More Services’.

It is expected that as the power requirements for the current network increases, there will be a need for the design and construction (D&C) for the upgrade of Overhead Wiring (OHW) in order to meet the thermal capacity requirements as defined by Sydney Trains Power Study.

The proposed works under this tender process will be carried out through award of Framework Deed/s with D&C Contract/s. There is currently a defined scope of overhead wiring works (Agreed Works) which the Preferred Tenderer of this tender process will be awarded under a Framework Agreement and D&C Contract (Agreed Contracts). 

A second Framework Agreement may be awarded, and it is anticipated as further overhead wiring works is available this will be carried out through separate D&C Contracts (Future Contract) competitively quoted under the two (2) Framework Agreement/s.

The defined scope of overhead wiring works under this contract includes, but is not limited to:

• Upgrade of 29 1500V DC electrical sections with 300m (minimum) auxiliary feeder

• Upgrade of 9 1500V DC electrical sections with 500 metres (minimum) auxiliary feeder

• Upgrade of 7 1500V DC electrical sections with 600 metres (minimum) auxiliary feeder

• Upgrade of 7 1500V DC electrical sections to a higher capacity system (e.g. existing System 9 to System 12) with allowance for up to 25% structural replacement.

 

Location

NSW Regions: Far North Coast, Mid North Coast, New England, Central Coast, Hunter, Cumberland/Prospect, Nepean, Northern Sydney, Inner West, South East Sydney, South West Sydney, Central West, Orana/Far West, Riverina/Murray, Illawarra, Southern Highlands
States and Territories: ACT, NT, QLD, SA, TAS, VIC, WA

RFT Type

Selective Tenders - An invitation to tender that is made to a limited number of tenderers, from a Pre-qualified Panel. Tenderers are pre-qualified, for an ongoing program of works or services, on a proven record of satisfactory performance in the category for which tenders are sought.

Additional Details / Instructions

If not already done so, the Confidentiality Deed Poll attached below (refer to RFT Preview Documents) must be completed and returned to PSU Procurement at the email address below before the access code to the tender documents is provided. 

psu.procurement.projects.transport.nsw.gov.au 

Tenders must be lodged in three (3) Parts as specified in the Invitation to Tender and as follows:

  • Part one (1) - Minimum Requirements by 10am, Tuesday, 14 March 2017
  • Part two (2) - Framework Agreement and General Conditions of Contract by 10am, Tuesday, 18 April 2017
  • Part three (3) - Price / Non - Price Tender submission by 12pm, Wednesday, 26 March 2017

Tenders for Part one (1) and Part two (2) must be submitted in one (1) pdf file for each part via email to PSU Procurement and password protected with the password provided by the Contact Officer to each Tenderer.

Tenders for Part three (3) only must be lodged electronically via the eTendering Website. The Tender must include the completed Tender Schedules and all information required by each Tender Schedule, divided into two searchable and bookmarked pdf files (Non-Commercial Schedules and Commercial Schedules). Multiple files will not be accepted. 

In addition to the above, the following soft copy documents are to be lodged with the Tenderer’s Submission: Tenderer’s Lump Sum Tender Price, D&C Contract Schedule of Rates, Framework Agreement Schedule of Rates (.xls), Tenderer’s Program (.xer and .pdf) and ASA Scope of Engineering Services (.xls).

Conditions for Participation

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

• The Tenderer has attended mandatory site visits.

• The Tenderer has successfully completed two (2) overhead wiring design and construction contracts valued at over $5m, as the Principal Contractor, in the rail environment in the last 5 financial years.

• The Tenderer and the Tenderer’s subcontractors have OHW accredited personnel to MEL52 Accredited OHW Installer and MEL53 Accredited OHW Worker. The Tenderer may put forward personnel who are currently undergoing electrical accreditation by Sydney Trains or currently have restricted project authorisation.

• The Tenderer and the Tenderer’s subcontractors have NSW Department of Transport, Authorised Engineering Organisation accreditation for design and installation of OHW in accordance with the ASA Engineering Services Matrix provided with this tender.  The Tenderers are required to provide evidence.

• The Tenderer has a Safety Management System that:

• meets requirements of and accreditation criteria defined by the NSW Government Work Health and Safety Management Systems and Auditing Guidelines (edition 5);

• enables the Principal to fulfil its obligations as an accredited Rail Transport Operator under the Rail Safety National Law.

• The Tenderer has a quality management system that:

• has been certified by a third party as complying with ISO9001:2015 QMS; and

• meets requirements of and accreditation criteria defined by NSW Government Quality Management System Guidelines for Construction (2013).

• Tenderers are to confirm and provide evidence that the Tenderer has an Environmental Management System that has been certified by a third party as complying with ISO14001:2004 Environmental Management System or has been assessed or accepted by a relevant NSW Government construction agency.


Multi Agency Access

No