Simple keyword search and advanced search
close
or

WSROC / Traffic Calming Devices at Railway Parade, Warrimoo - 2009-W736-180

RFT ID 2009-W736-180
RFT Type Open Tenders
Published 10-Nov-2009
Closes 2-Dec-2009 2:00pm
Category Traffic engineering
Agency Blue Mountains City Council


Contact Person
Mark Bondfield
Phone: (02) 4780 5000
mbondfield@bmcc.nsw.gov.au

Tender Details

Supply and installation of traffic calming devices, signage, line marking and rumble bars located at Railway Parade Warrimoo.

Speed cushion type traffic calming devices, signage, line marking and rumble bars are proposed to be installed at Railway Parade Warrimoo.

The devices are located at various areas between Attunga Road and Spurwood Road to assist in mitigating errant driver behavior.

 

 

Location

NSW Regions: Sydney

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 Participation are mandatory requirements, which describe minimum standards that suppliers must meet for their submissions to be considered. If Quoters do not meet the Conditions of Participation, they will be excluded from the quote evaluation process.

The Conditions for Participation are:

·          The Quoter must be an acceptable legal entity. It is Council’s policy not to trade with any organisation that does not hold a registered ABN;

·          The Quoter and subcontractors must not be bankrupt or insolvent;

·          The Quoter shall declare and provide details of any occurrence, within 5 years prior to submitting a Quote, where the Quoter has been found guilty of breaching any Act or Regulation.

·          The Quoter must have the minimum level of insurance cover specified in this RFQ; and

All Quoters must comply with the New South Wales Government Code of Procurement