Simple keyword search and advanced search
close
or

Transport for NSW (Transport Infrastructure Projects) / MR335 - Upgrade of Wyong Road at the Intersections of Tumbi Road and Mingara Drive - RMS.15.2614.0566

RFT ID RMS.15.2614.0566
RFT Type Pre-Qualified / Invited
Published 25-May-2015
Closes 8-Jul-2015 2:30pm
Category Highway and road new construction service
Agency Transport for NSW (Transport Infrastructure Projects)


Contact Person
Matt Olle
Phone: 02 4379 7065
Matt.Olle@rms.nsw.gov.au

Tender Details

This is a Quality Assurance contract.

Tenders are invited for the Upgrade of Wyong Road at the Intersections of Tumbi Road and Mingara Drive.

The Contract is for the construction of roadworks, utility relocations, reinforced concrete box culvert improvements, structural slabs and associated activities and involves the upgrade of the existing roundabout to traffic signals.

The roadworks under the Contract includes the construction of earthworks, relocation of utilities, drainage, pavements and miscellaneous works including street lighting, traffic signals and landscaping.

Traffic management will be a major aspect of the upgrade which will need to be carried out in multiple stages to minimise the impacts on traffic and the community.

The head contractor must be able to demonstrate to the satisfaction of the Principal their financial capacity to undertake the works at the tendered price.

The contractor and / or subcontractor must meet the following prequalification, registration and accreditation requirements for works: 

The head contractor must be prequalified for roadworks at Category R4 or higher and at financial level F10 or higher under the National Prequalification System for Civil (Road and Bridge) Construction Contracts and be able to demonstrate to the satisfaction of the Principal the capacity to undertake the Works for the tendered price.

·   The bridgeworks (structural slabs over the box culvert and minor retaining walls) component of the Works must be carried out by contractors prequalified for bridgeworks at Category B1 or higher under the National Prequalification System for Civil (Road and Bridge) Construction Contracts.

·   The earthworks and drainage components of the Works must be carried out by contractors registered with the Principal in Categories E and D respectively.

·   The asphalt paving component of the Works must be carried out by contractors prequalified for asphalt paving at Category A2 or higher under the National Prequalification System for Civil (Road and Bridge) Construction Contracts.

·   The formwork component of the Works must be carried out by contractors registered with the Principal in Categories F, or prequalified for bridgeworks at Category B1 or higher under the National Prequalification System for Civil (Road and Bridge) Construction Contracts.

·   Traffic signal works under the Contract must be carried out by contractors registered with the Principal in Category TS02.

·   The provision of traffic control under the Contract must be carried out by contractors registered with the Principal in Category G.

·   Primary testing under the Contract must be carried out by contractors registered with the Principal in Category L2.

·   Erosion, sediment and soil conservation works under the Contract must be carried out by contractors registered with the Principal in Category S.

·   Minor steel fabrication works under the Contract must be carried out by contractors registered with the Principal in Category S or SM.

·   Demolition works under the Contract must be carried out by contractors registered with the Principal in Category X.

All tenderers must comply with the NSW Government’s Code of Practice for Procurement. 

A pre-tender meeting, including a site inspection, will be held at 10:30 am on Tuesday 9 June 2015 at the Zenith Building (Level 1), 6 Reliance Drive, Tuggerah.  Attendance is mandatory to submit a conforming tender.

Location

NSW Regions: Central Coast

RFT Type

Pre-Qualified / Invited - Only those directly invited to tender, may obtain an RFT for the purpose of lodging a tender response. Generally an invitation from a pre-qualified register of approved tenderers who have the ability to undertake the particular work or type of work proposed, a limited number of service providers are known to carry out the work or service (or in emergency or other restricted situations). Tenderers have usually been pre-qualified, accredited, or selected for the type of work and financial range. Competitive bids called from a standing offer (panel / period) contracts would also use this type.

Tender Respondents

These tenders are listed in ascending order of the apparent tender price at the time of opening. 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
Haslin Constructions Pty Limited - 2 - 4 Merton Street
SUTHERLAND NSW 2232
AUSTRALIA
Civil Mining & Construction Pty Ltd - 21 Lavarack Avenue
EAGLE FARM QLD 4009
AUSTRALIA
Georgiou Group Pty Ltd - 10 Browning Street
SOUTH BRISBANE QLD 4101
AUSTRALIA
McIlwain Civil Engineering Pty Ltd - 1283 Lytton Road
HEMMANT QLD 4174
AUSTRALIA

Additional Details / Instructions

To obtain a copy of the full tender documentation online payment is required.  Complete all of the following steps:

1. Select the link below, DOWNLOAD A SOFT COPY. Log in or register and follow the prompts to make your payment. At the end of the payment transaction your receipt number will be displayed.

2. Complete the order by clicking on the link PLEASE CLICK THIS LINK TO COMPLETE THE TRANSACTION.

3. Download the documents by clicking on the file name. Please read & follow the instructions and note that you will need WinZip to unzip the files.

Address for Lodgement

Tenders are to be lodged in the tender box at RMS, Level 9, 101 Miller Street, North Sydney.

Multi Agency Access

No