Tender Details
Transport for NSW (TfNSW) is implementing an Automatic Train Protection (ATP) system, based on the European Train Control System (ETCS) Level 1 Limited Supervision (LS) standard, plus additional functions to cover high risk areas on the network. The LS system will appropriately manage safety of the network So Far As Is Reasonably Practicable in line with the Sydney’s Rail Future plan to eventually replace ETCS Level 1 trackside equipment and progress to ETCS Level 2.
Transport for New South Wales (TfNSW) invites Expressions of Interest (EOI) from experienced, suitably qualified contracting organisations, interested in undertaking the role of the Design and Construct (D&C) Contractor for the Automatic Train Protection (ATP) Trackside Delivery:
• Project A – Areas 4 and 5
• Project B – Areas 6, 7 and 8
• Project C – Areas 1 and 9.
Location
Refer to Additional Details / Instructions
RFT Type
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 | |
---|---|---|---|
* Broadspectrum (Australia) Pty Limited | - | Level 10 111 Pacific Highway North Sydney NSW 2060 AUSTRALIA |
|
* Downer EDI Works Pty Ltd | Downer Australia | Unit 2, 16 Galleghan St Hexham NSW 2322 AUSTRALIA |
|
* John Holland | - | Level 3, 65 Pirrama Rd Pyrmont NSW 2009 AUSTRALIA |
|
RCR O'Donnell Griffin | - | Level 39, 50 Bridge Street Sydney NSW 2000 AUSTRALIA |
|
* UGL Engineering | UGL Engineering | Level 5, 40 Miller Street North Sydney NSW 2060 AUSTRALIA |
|
* Multi stage tender - short listed entity |
Additional Details / Instructions
Potential Applicants are to return a completed confidentiality deed poll to the Contact Officer via the atp.trackside@transport.nsw.gov.au email address.
Upon receipt of a completed confidentiality deed poll, TfNSW will release Expression of Interest (EOI) documentation for the ATP Trackside Delivery Design and Construct.
Address for Lodgement
The completed confidentiality deed polls are to be submitted to the Contact Officer via the atp.trackside@transport.nsw.gov.au email address.
The completed EOI schedules are to be uploaded and submitted via eTendering.
Conditions for Participation
To be considered for shortlisting through the EOI process, Applicants must demonstrate as a minimum the following requirements:
Minimum Requirement 1: The Applicant has a combined turnover in rail construction contracting activities greater than $25 million per annum for each of the last 5 years on average.
Minimum Requirement 2: The Applicant has successfully managed the delivery of the design, supply, construction, testing, commissioning and handover of at least one signalling project or a signalling component within a rail project in a brownfield rail environment valued in excess of $5M in the last 5 years.
Minimum Requirement 3: The Applicant and/or Subcontractor is an Authorised Engineering Organisation (AEO) or is capable of obtaining Provisional AEO status from the Assets Standards Authority (ASA) for design capability for signalling and control systems under the ASA engineering services matrix.
Minimum Requirement 4: Applicants are to confirm and provide evidence that the Applicant has:
a)a Work Health and Safety Management System that meets the requirements of and the accreditation criteria defined by the NSW Government Occupational Health and Safety Management System Guidelines (2004) enables the Principal to fulfil its obligations as an accredited Rail Transport Operator under the Rail Safety National Law 2012 (NSW);
b)been certified by an appropriately recognised third party as complying with ISO 14001:2004 environmental management systems or has been assessed or accepted by a relevant NSW government construction agency as complying with the requirements of the NSW Government Environmental Management System Guidelines (2nd Ed, 2009); and
c)been certified by an appropriately recognised third party as complying with ISO 9001 Quality Management Systems and meets the requirements of and the accreditation criteria defined by the NSW Government Quality Management System Guidelines (2006).