Simple keyword search and advanced search
close
or

Parramatta Light Rail - Delivery Services Partner - EOI for ISD-17-6250

RFT ID EOI for ISD-17-6250
RFT Type Open Tenders
Published 29-Mar-2017
Closes 8-May-2017 2:00pm
Category Management and Business Professionals and Administrative Services
Agency Transport for NSW


Contact Person
Zannoubia Nazha
Phone: 02 8265 7407
Procurement.PLR@transport.nsw.gov.au

Tender Details

The purpose of this tender is to engage a suitable Professional Services Contractor for the Delivery Services Partner as part of the Parramatta Light Rail Project.

The successful Applicant will be precluded from having any involvement with any party other than the Principal for any services associated with the Parramatta Light Rail Project except with the prior written consent of the Principal.

The Services to be provided by the Professional Services Contractor for this Invitation have been divided as follow. The Applicants are asked to choose which EOI package its submission relates to:

EOI 1 - Transaction Services, Contract Management Services, Project and Interface Management Services.

EOI 2 - Transaction Services, Project and Interface Management Services.

EOI 3 - Contract Management Services.

 

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

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.

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.


Tender Respondents

These tenders are listed alphabetically. Some tenders may be qualified or contain errors and in view of the information given in the criteria for tender evaluation, the list should not be relied upon as an indication of which tender may be successful.

Business Name Trading Name Address
Advisian - 141 Walker Street
North Sydney NSW 2060
AUSTRALIA
APP Corporation - Level 7, 116 Miller St
NORTH SYDNEY NSW 2060
AUSTRALIA
Arcadis Australia Pacific Pty Limited - Level 5, 141 Walker Street
North Sydney NSW 2060
AUSTRALIA
Bechtel Infrastructure (Australia) Pty Ltd - Suite 8, One International Towers
100 Barangaroo Avenue
Sydney NSW 2000
AUSTRALIA
CH2m CH2m Australia Pty Ltd Level 7, 9 Help St
Chatswood NSW 2067
AUSTRALIA
Everything Infrastructure Services Pty Ltd - Level 13, 255 Pitt Street
Sydney NSW 2000
AUSTRALIA
International Projects and Commercial Solutions Pty Ltd Costain Consult Level 12-
95 Pitt Street
Sydney NSW 2000
AUSTRALIA
KPMG KPMG Tower Three, International Towers Sydney
300 Barangaroo Ave
Sydney NSW 2000
AUSTRALIA
Mace Australia Mace Australia Level 16
44 Market Street
Sydney NSW 2000
AUSTRALIA
PricewaterhouseCoopers - Darling Park Tower 2, 201 Sussex Street
Sydney NSW 2000
AUSTRALIA
SNC-Lavalin Rail & Transit Pty Ltd SNC-Lavalin Rail & Transit Pty Ltd Level 17, 55 Clarence Street
Sydney NSW 2000
AUSTRALIA
TSA Management Pty Limited TCI Joint Venture / TI Joint Venture Level 16, 207 Kent Street
Sydney NSW 2000
AUSTRALIA
Turner & Townsend Pty Ltd Turner & Townsend Pty Ltd Level 19
161 Sussex Street
Sydney NSW 2000
AUSTRALIA

Related Records


Address for Lodgement

Electronic lodgement only via the NSW eTendering Website. Questions MUST be submitted in writing to the email address supplied. Applicants must submit their response as one (1) file only. Multiple separate documents will not be accepted, unless prior written approval is obtained from TfNSW.

Conditions for Participation

To be complying with the EOI, the Applicant must demonstrate as a minimum, for the following EOI Packages:

EOI 1 - Transaction Services, Contract Management Services and Project and Interface Management Services, the EOI meets all items the below:

  1. Applicant must demonstrate it has undertaken the provision of transaction management services, for the procurement of a major transport infrastructure project, with a project value greater than $250 million in the past 5 years;
  2. Applicant must demonstrate annual turnover (for each of the past 3 financial years) in excess of $20 million for contract management services and in-house staff undertaking contract management services in excess of 30 persons; and
  3. Applicant must demonstrate annual turnover in excess of $30 million for project management services/project delivery support and in-house project management staff in excess of 30 persons on a major urban linear transport infrastructure project in excess of $250 million.
EOI 2 - Transaction Services, Project and Interface Management Services, the EOI meets all items the below:
 
  1. Applicant must demonstrate it has undertaken the provision of transaction management services, for the procurement of a major transport infrastructure project, with a project value greater than $250 million in the past 5 years; and
  2. Applicant must demonstrate annual turnover in excess of $30 million for project management services/project delivery support and in-house project management staff in excess of 30 persons on a major urban linear transport infrastructure project in excess of $250 million.
EOI 3 - Contract Management Services, the EOI meets the item below:
  1. Applicant must demonstrate annual turnover (for each of the past 3 financial years) in excess of $20 million for contract management services and in-house staff undertaking contract management services in excess of 30 persons.
 

Multi Agency Access

No