Tender Details
Due to increase in train services, timetable improvements, and introduction of new rolling stock (SGT and NIF), the Sydney Trains operated traction system requires an upgrade to capacity. Power Systems modelling has identified 1500V DC feeders which require assessment and upgrade in order to meet the increased traction demand.
The Contractor’s Activities include, without limitation: the planning, detailed design, specification, validation, and document handover of the Works.
The list of DC feeders are:
SGT (1500V DC Feeders Upgrade - PSU) |
NIF (1500V DC Feeders Upgrade - PSU) |
Ashfield 336/1A |
Lawson W52/1 |
Lewisham 315/1 |
Lawson W42/3B |
Lewisham 316/1 |
Hawkesbury SN21/1A |
Lewisham 322/1A |
Hawkesbury SN11/2E |
Granville Junction 384/1A |
Strathfield 332/1D |
Chalmers St 122/1A |
|
Chalmers St 304/1 |
|
Chalmers St 421/1A |
|
Sutherland K42/2B |
|
Woy Woy SN31/1A |
|
Warrawee 651 |
|
Location
RFT Type
Conditions for Participation
Confidentiality Deed Poll
In order to access the RFT documents and to be considered for this tender, the Tenderer must complete the attached Confidentiality Deed Poll and submit via email :
PSU.Procurement@projects.transport.nsw.gov.au
Minimum Requirements
1. Tenderers are to confirm and provide evidence that the Tenderer and the Tenderer’s Subcontractors have or will have by Contract commencement, the requisite authorisation as Authorised Engineering Organisation (AEO) for the Detailed Design of 1500 Volt(V) Direct Current(DC) Feeder High Voltage Cabling Works in accordance with the ASA Engineering Services Matrix provided in Tender Schedule 13.
Note: The Principal will accept organisations that are in the process of attaining authorisation as Authorised Engineering Organisation, subject to demonstration and confirmation from ASA that such authorisation will be granted prior to the Contract commencement date.
2. Evidence that the Tenderer has successfully delivered two (2) equivalent 1500V DC Feeder Cable projects in the rail environment in excess of $1 million in the last five (5) financial years.
3. Tenderers are to confirm and provide evidence that the Tenderer has a Safety Management System that:
(i) meets requirements of and accreditation criteria defined by the NSW Government Work, Health and Safety Management Systems and Auditing Guidelines (edition 5);
(ii) enables the Principal to fulfil its obligations as an accredited Rail Transport Operator under the Rail Safety National Law.
4.Tenderers are to confirm and provide evidence that the Tenderer has a Safety Management System that:
(i) has been certified by a third party as complying with ISO9001:2015 QMS; and
(ii) meets requirements of and accreditation criteria defined by NSW Government Quality Management System Guidelines for Construction (2013).
5. 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.