Tender Details
7/10/16 – Addendum 1 Summary (key changes in red):
· Mandatory Registration of Interest Briefing session is now scheduled for 20 October 2016, commencing at 9:30am. The Briefing will still be held at Mingara Recreation Club, Mingara Dr, Tumbi Umbi.
· Registration of Interest Closing Date and Time is now changed to 2:30pm Thursday 3 November 2016.
This project is jointly funded by the Australian and NSW governments.
Registrations of Interest (ROI) are invited from organisations wishing to compete for shortlisting to tender for the proposed contract for the construction of the M1 Upgrade Kariong to Somersby.
The applicant must be prequalified under the National Prequalification System for Civil (Road and Bridge) Construction Contracts at Category R4 or higher for Roadworks and Financial Level F50 or higher.
Bridgeworks must be carried out by a contractor prequalified at Category B3 or higher.
Concrete paving work must be carried out by a contractor prequalified at Category K1 or higher for the main new paving works.
Demonstrated capability of the applicant in replacement of existing concrete slabs at night and adjacent to live traffic is also required.
The Project involves the widening of the M1 Motorway from four to six lanes between the Kariong and Somersby Interchanges including upgrading three of the four ramps at the Kariong Interchange. The Project includes the following features:
• Provide an additional travel lane in each direction between 64.50km and 65.85km north of Sydney, and between 66.40km and 72.68km north of Sydney. The additional travel lanes will be added in the existing median area using plain concrete pavement;
• Repair of existing concrete pavement as is required to mitigate risk to new widening works;
• Upgrade the southbound onload ramp (Kariong-Sydney) and widen to two lanes south of Piles Creek;
• Upgrade the northbound exit ramp (Sydney-Kariong) to provide two lane offload and extended deceleration lane;
• Upgrade the northbound onload ramp (Kariong-Newcastle) to provide extended acceleration lane;
• Widen the existing twin bridges over Gindurra Road;
• Upgrade and replace existing safety barriers, and install new barriers where required;
• Upgrade emergency crossover facilities;
• Signs, lines and pavement markings;
• Ancillary facilities to support construction activities.
The successful applicant is to provide construction services under a "Construct Only" contract and will be selected through a two stage procurement process. The first phase requires applicants to submit an ROI. The ROI submissions will be evaluated against specific criteria in order to shortlist applicants for participation in the second phase. The second phase will be governed by a separate Request for tender (RFT) issued to shortlisted applicants followed by a detailed evaluation process.
Applicants must comply with the New South Wales Government's Code of Practice for Procurement (NSW Code) and the New South Wales Government's Implementation Guidelines to the New South Wales Code of Practice for Procurement: Building and Construction Industry (NSW Guidelines).
The Building Code 2013 (Building Code) and the Supporting Guidelines to the Building Code 2013 (Supporting Guidelines) apply to these projects.
It is a requirement of this project that the successful contractor be accredited under the Australian Government Building and Construction WHS Accreditation Scheme (the Scheme) established by the Fair Work (Building Industry) Act 2012 (FWBI Act) at the time of entering into the contract for the contract work as defined under section 5 of the FWBI Act and maintains accreditation under that Scheme while the contract work is being carried out.
Regulation 24(h) of the Fair Work (Building Industry - Accreditation Scheme) Regulations 2005 outlines provisions applying to joint venture/alliance arrangements that include accredited and unaccredited members.
Information on the Scheme is available on the Australian Government website http://www.fsc.qov.au/sites/FSC
Registration of Interest documents are available for download from 29th of September 2016.
Location
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 |
---|---|---|
BMD Constructions Pty Ltd | BMD Constructions Pty Ltd | Level 3, 3 The Crescent Wentworth Point Wentworth Point NSW 2127 AUSTRALIA |
Burton Contractors Pty Ltd | - | Unit 3/11-21 Underwood Road Homebush NSW 2140 AUSTRALIA |
CPB Contractors Pty Ltd | CPB Contractors | Level 2 177 Pacific Highway North Sydney NSW 2060 AUSTRALIA |
Fulton Hogan | - | 90 Bourke Road Alexandria ACT 2000 AUSTRALIA |
John Holland | John Holland Pty Ltd | Level 3, 65 Pirrama Road PYRMONT NSW 2009 AUSTRALIA |
SEYMOUR WHYTE CONSTRUCTIONS PTY LTD | - | Brisbane Technology Park 12 Electronics Street Eight Mile Plains QLD 4113 AUSTRALIA |
WBHO Infrastructure | WBHO Infrastructure | Level 10, 580 St Kilda Rd Melbourne VIC 3004 AUSTRALIA |
York Civil Pty Limited | York Civil Pty Limited | 27 Tikalara Street Regency Park SA 5010 AUSTRALIA |
Additional Details / Instructions
Important information
To obtain a copy of the full tender documentation payment is not required. Complete all the following steps:
1. Select the link below, DOWNLOAD A SOFT COPY. Log in or register.
2. Download the documents by clicking on the file names. Please read and follow the instructions and note that you will need WinZip to unzip the files.