Simple keyword search and advanced search
close
or

WSROC / Cabramatta Town Centre Transport Plan - T01FY12

RFT ID T01FY12
RFT Type Open Tenders
Published 12-Jul-2011
Closes 3-Aug-2011 3:00pm
Category Transport planning
Agency Fairfield City Council


Contact Person
Mark Long
Phone: 02 9725 0745
mlong@fairfieldcity.nsw.gov.au

Tender Details

The primary requirement of the proposed contract is the development of a Transport Plan for the Cabramatta Town Centre, that aims to;

a)    Assess the impact of the additional traffic generated by the proposed residential and commercial development on the existing road network and parking facilities due to the changes proposed to the Local Environmental Plan.

b)    Develop strategies to overcome the shortfalls and problems identified in regard to traffic flow, parking and issues related to access.

c)     Determine the extent of land development that matches the existing and currently planned transport capacity of the town centre and peripheral areas in terms of planned public transport, active transport, and traffic operation, and degree of intervention required.

d)    Manage increasing private and commercial vehicle traffic through and around the Town Centre Precinct.

e)    Preserve and improve liveability, safety and amenity of the Town Centre Precinct, and

f)     Provide a clear and reasoned transport action plan for stakeholders to follow to achieve proposed land use densities and address the cumulative impacts of growth in the region.

Location

NSW Regions: Sydney

Estimated Value

From $150,000.00 to $180,000.00

RFT Type

Open Tenders - An invitation to tender by public advertisement with no restriction placed on who may tender. Tenderers will normally be required to demonstrate in their tender that they have the necessary skills, resources, experience, financial capacity, and in some cases licences, accreditations, etc., to fulfil the tender requirements.

Conditions for Participation

The Conditions for Participations are:

a)    The Tenderer and subcontractors must not be bankrupt or insolvent.

b)    The Tenderer and subcontractors must not have had significant deficiencies in performance of any substantive requirement or obligation under a prior contract of like nature.

c)     The Tenderer warrants that it has not, within 3 years prior to submitting a Tender, been found guilty of breaching any Act or Regulation which breach might be considered contrary to the values and principles of good corporate citizenship. Such Acts include, without limitation; Workplace Relations Act 1996 (Cth), Industrial Relations Act 1996 (NSW), Occupational Health & Safety Act 2000 (NSW), Workplace Injury Management & Workers Compensation Act 1998 (NSW), Equal Opportunity for Women in the Workplace Act 1999, Disability Discrimination Act 1992 (Cth), Human Rights (Sexual Conduct) Act 1994 (Cth), Racial Discrimination Act 1975 (Cth), Sex Discrimination Act 1984 (Cth), Age Discrimination Act 2004 (Cth), Anti-Discrimination Act 1977 (NSW), Disability Services Act 1986 (Cth).

d)    Council’s policy is to engage in the highest standards of ethical behaviour and fair dealing. Council requires the same standards from those with whom it contracts. Tenderers acknowledge Council’s Statement of Business Ethics (attached), as adopted by Council in accordance with the Local Government Act 1993 (NSW). The tenderer acknowledges that they have read, understood and agree to comply with the requirements referred to therein.

e)    Council reserves the right to undertake a Financial and Performance assessment on all short-listed tenderers. Council utilises a comprehensive business analysis report produced by Corporate Scorecard Pty Ltd. The Tenderer agrees to cooperate fully and provide the data as may be reasonably required to complete this assessment.