Tender Details
Tender Details
Jane Street and Mulgoa Road infrastructure upgrade, Penrith
Tenders are invited from Contractors that are Pre-Qualified with Roads and Maritime Services under the National Prequalification Scheme for Civil (Road and Bridge) Construction Contracts at Category R4 for Roadwork, Financial Category F50 or higher, Bridge Category B4 or higher. It is to be noted that all bridgework and works within the rail corridor are undertaken by an Authorised Engineering Organisation that is accredited by the Asset Standards Authority.
The scope of works under the Contract includes all works required to upgrade Mulgoa Road, Castlereagh Road and associated infrastructure on an 800m section of Mulgoa Road and Castlereagh Road as detailed in the Request for Tender (RFT) Documents. These works, in general, consists of earthworks, road and shoulder widening, utility relocations, intersection upgrade, bridge demolition and construction and landscaping works. Tenderers must note that demolition and rebuilding of an existing railway bridge on the Castlereagh Road including track laying on the new bridge and approaches needs to be completed within strict time-frames.
The Site is approximately 58km from Sydney CBD by road. The works are to be constructed adjacent to live traffic within and upon an operating road. The work area is to be separated from traffic by barriers suitable for adjacent traffic speeds. The works under the Contract are to be carried out with the least possible disruption to traffic.
A Pre-Tender meeting and site inspection will be held at 9am on Tuesday, 5 June 2018 at Joan Sutherland Performing Arts Centre, 597 High Street, Penrith. Attendance at this Pre-Tender Meeting is mandatory to submit a conforming tender.
Prospective tenderers will need to complete, sign and return the confidentiality deed (in accordance with the instructions in that deed) prior to being given the passcode to access the Request for Tender documents.
All tenderers must comply with the New South Wales Government's Procurement Policy Framework (NSW Framework), Code of Practice for Procurement (NSW Code) and Implementation Guidelines to the New South Wales Code of Practice for Procurement: Building and Construction (NSW Guidelines).
Copies of the NSW Framework and NSW Code are available at www.procurepoint.nsw.gov.au. The NSW Guidelines are available at www.industrialrelations.nsw.gov.au.
"This project is funded by the Australian and NSW governments.
The Code for the Tendering and Performance of Building Work 2016 applies to this project. This document is available at https://www.legislation.gov.au/Details/F2017C00125. By submitting a tender for this project you will become subject to the Code for the Tendering and Performance of Building Work 2016.
It is a requirement for this project that the successful contractor be accredited under the Australian Government Work Health and Safety Accreditation Scheme (the Scheme)at the time of entering into the contract for ‘building work' for the Project and must maintain accreditation under the Scheme while the 'building work' is being carried out. Information on the Scheme is available on the Australian Government website at www.fsc.gov.au.
Location
RFT Type
RFT Preview Document(s)
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 |
---|---|---|
CPB Contractors P/L | CPB Contractors P/L | L2, 177 Pacific Hwy North Sydney NSW 2060 AUSTRALIA |
Daracon Contractors Pty Ltd | - | 20 Kullara Close Beresfield NSW 2322 AUSTRALIA |
McConnell Dowell Constructors (Aust) Pty Ltd | McConnell Dowell Constructors (Aust) Pty Ltd | 11th Floor 201 Miller Street North Sydney NSW 2060 AUSTRALIA |