Simple keyword search and advanced search
close
or

Transport for NSW (Transport Infrastructure Projects) / Sydney Terminal Building Revitalisation Project Stage 1 Design and Construct Works - EOI - IPD-24-17655.EOI

RFT ID IPD-24-17655.EOI
RFT Type Expression of Interest for Specific Contracts
Published 20-May-2024
Closes 17-Jun-2024 2:30pm
Category Infrastructure
Agency Transport for NSW (Transport Infrastructure Projects)


Contact Person
Erika Angeles
Phone: +61 2 4064 0133
STBRP.Tender@transport.nsw.gov.au

Tender Details

TfNSW invites Recipients to submit Expressions of Interest (EOI) to undertake the role of the Contractor for the delivery of the Project. The purpose of this invitation to submit an EOI (Invitation). The successful tenderer will be selected through a two-stage procurement process. The first stage requires applicants to submit an EOI in response to this advertisement. A short list of applicants will then be selected from this EOI process and invited to tender for the Work.

Sydney Terminal Building Revitalisation Project will revitalise the Sydney Terminal Building and at Eddy Avenue Colonnade, Pitt Street and Eddy Avenue Plaza at Central Station. The revitalisation will create a unique destination that celebrates heritage, improves accessibility, safety, and sustainability. There will be new opportunities for events, retail, dining, and entertainment spaces to create a world class-transport interchange. Additional information on the project is available on TfNSW website.

Prospective applicants will need to complete, sign and return the confidentiality deed to Contact Officer, STBRP.Tender@transport.nsw.gov.au (in accordance with the instructions in that deed) prior to being given the passcode to access the EOI documents.

All applicants must comply with the Transport Statement of Business Ethics through the procurement process and any subsequent contract period.

All applicants must comply with the NSW Government Procurement Policy Framework, NSW Government Supplier Code of Conduct and New South Wales Industrial Relations Guidelines: Building and Construction Procurement.

Location

NSW Regions: South East Sydney

RFT Type

Expression of Interest for Specific Contracts - An invitation for Expression of Interest (EOI) for pre-registration of prospective tenderers for a specific work or service. Applicants are initially evaluated against published selection criteria, and those who best meet the required criteria are invited to Tender (as tender type Pre-Qualified/Invited).

This EOI 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

The companies are listed alphabetically.

Business Name Trading Name Address
Degnan Constructions Pty Ltd Degnan Constructions Pty Ltd 50 Barry Avenue
Mortdale NSW 2223
AUSTRALIA
FDC Construction (NSW) Pty Ltd FDC 22-24 Junction Street
Forest Lodge NSW 2037
AUSTRALIA
Gartner Rose Pty Ltd - Level 3, 15 Blue Street
North Sydney NSW 2060
AUSTRALIA
J. Hutchinson Pty Ltd Hutchinson Builders 23 Dunning Avenue
Rosebery NSW 2018
AUSTRALIA
Mettle Projects Pty Ltd - 112 Alfred Street
Fortitude Valley QLD 4006
AUSTRALIA
Ultra Building Works Pty Ltd - 3-7 Hill Street
Leichhardt
Sydney NSW 2040
AUSTRALIA

Additional Details / Instructions

Corporate Confidentiality Deed Poll to be signed before access is given to applicants for EOI Documentation.

Address for Lodgement

Electronic lodgement only

Conditions for Participation

Applicants must meet the Minimum requirements:

1. Prequalification and Accreditation Requirements

The Applicant must include a Participant that holds, or is capable of obtaining prior to Contract award, the following prequalification and/or accreditation requirements.

- Engineering services are required to be provided by Technically Assured Organisations (TAOs) accredited by TfNSW's Asset Management Branch (AMB) in accordance with the TAO matrix requirements as referenced in Attachment 1. The Applicant must demonstrate how the Applicant, each Participant, or provider proposes to address the referenced TAO matrix requirements.

2. Previous Experience

The Applicant must demonstrate successful delivery of comparable projects, including the following:

  • A project in a live operating environment within Australia;
  • Construction activity in or around a heritage building of similar nature and cultural significance to the Sydney Terminal Building within the last 5 years; and
  • Projects that solve challenging structural and services designs, by using innovation, to integrate new retail requirements into in a live operating and complex environment.

3. Binding Joint Venture Agreement

Where the Applicant is a proposed joint venture:

  • By submitting an EOI the Applicant acknowledge and agree that, in the event that it is selected as a Tenderer and prior to proceeding to the RFT Stage, the Participants are prepared to provide a binding joint venture agreement between the Participants that is acceptable to TfNSW and will execute the agreement if the Applicant is awarded the Contract (refer Returnable Schedule 1 EOI Form section number 6 - Binding Agreement). At least one of the Participants in the joint venture must satisfy each prequalification, including the specified level of prequalification, required under the Minimum Requirements; and
  • the Applicant must submit an indicative joint venture agreement in Returnable Schedule 3 for evaluation purposes.

Subject to evaluation of its EOI, the Applicant will be required to submit a complete draft joint venture agreement to TfNSW prior to proceeding to the RFT Stage and it must be acceptable to TfNSW.

4. Financial Resources

Demonstrated sufficient financial resources and liquidity to undertake the delivery of the Project. 

5. Management System Requirements

The Applicant is required to provide the relevant accreditation certification for: 

  • Work Health Safety Management System (WHSMS), including experience in confined spaces, working from heights, and/or decontamination.
  • Environmental Management System (EMS) with AS/NZS ISO 14001.
  • Quality Assurance Management System.

Where the Applicant is an international company and has not attained any of the accreditations listed above, then the Applicant must provide a description of its strategy to achieve these accreditations if it was shortlisted for the RFT Stage, which it would have to obtain before the execution of the Contract.

6. EOI Briefing Attendance

The Applicant must attend the EOI industry briefing.

  • Date: Tuesday, 28 May 2024
  • Time: 14:00
  • Location: Virtual Location
  • RSVP: Applicants must register at least 2 business days prior.
  • Restrictions: Limited to 2 attendees per Applicant.

Multi Agency Access

No