Simple keyword search and advanced search
close
or

Program Contractor Framework Deed - Station Upgrades Design and Construction - Package 2 - Warrawee and Hawkesbury River Stations - ISD-18-7791 - Package 2

Contract Award Notice ID ISD-18-7791 - Package 2
Publish Date 9-Oct-2019
Category Building and Facility Construction and Maintenance Services
Agency Transport for NSW
Particulars of the goods or services to be provided under this contract

Program Contractor Framework Deed for Station Upgrades Design and Construction for the Transport Access Program Tranche 3 (TAP 3) Package 2, including:

• Warrawee Station (published under CAN ID ISD-18-7791A)

• Hawkesbury River Station (published under CAN ID ISD-18-7791B)

• Wahroonga Station (published under CAN ID ISD-18-7791C)

• Lisarow Station (published under CAN ID ISD-18-7791D)

• Narara Station (published under CAN ID ISD-18-7791E)

• Denistone Station (published under CAN ID ISD-18-7791F and ISD-18-779H) 

• Denistone Station (published under CAN ID ISD-18-7791G and ISD-18-779I)

Original Contract Duration 26-Aug-2019 to 25-Aug-2022
Amended Contract Duration 26-Aug-2019 to 28-Jun-2024

Contract Award Notice Details

Contractor Name Haslin Constructions Pty Ltd
ACN 051102124
ABN 85 051 102 124
Is an Aboriginal or Torres Strait Islander owned business No
Street Address Suite 2, 2-4 Merton Street
Town/City Sutherland
State/Territory NSW
Postcode 2232
Country AUSTRALIA


Related RFT ID
EOI for ISD-18-7553


Other private sector entities involved in, with an interest in or benefiting from this contract

Not Applicable

Estimated amount payable to the contractor (including GST)

$0.00 (Goods or services supplied)

Any provisions for payment to the contractor for operational or maintenance services

Not Applicable

Method of Tendering

Multi-Stage

Description of any provision under which the amount payable to the contractor may be varied

Not Applicable

Description of any provisions under which the contract may be renegotiated

TfNSW has entered into a Framework Deed with the contractor under which TfNSW may, at any time on or before the Expiry Date, request the Contractor to undertake Design and Construct packages in accordance with the process set out in Annexure B to the Deed.

The Expiry Date may be extended by TfNSW (clause 3.1 – Terms and extensions).

Changes to the Agreement can be made by way of deed of amendment.

Note: The Framework Deed has since been extended.


Summary of the criteria against which the various tenders were assessed

Evaluation Criteria Weighting

Stage 1A - Minimum requirements

• The Applicant has a turnover in design and construction contracting activities greater than $20 million per annum for each of the last three (3) years on average;

• The Applicant has successfully completed the delivery of at least one (1) infrastructure design and construction project, in a high risk environment such as rail corridors, valued in excess of $10 million in the last three (3) years;

• The Applicant has Environmental, Work Health & Safety and Quality Management systems that are ISO accredited; and

• The Applicant has been granted AEO status, or has submitted the application for AEO prior to the release date of this EOI.

Stage 1B - 1. Relevant experience of the Applicant on the design and construction projects, which are in and around high risk environments such as rail corridors.

45

Stage 1B - 2. Environmental performance over the last three (3) years.

20

Stage 1B - 3. Work Health & Safety performance over the last three (3) years.

20

Stage 1B - 4. Quality performance over the last three (3) years.

15

Stage 2 - 1. Tenderer's project organisational structure, relevance of expertise and experience of key personnel, availability and current workload

10

Stage 2 - 2. Tenderer's Design Approach

10

Stage 2 - 3. Environmental, Sustainability, Work Health and Safety, Quality & Risk, Workplace Relations, Social Procurement and Aboriginal Participation

10

Stage 2 - 4. Tenderer's Program & Report and Construction Methodology

25

Stage 2 - 5. Fee proposal, including the cost of any qualifications and exclusions or cost to TfNSW

45
Contract Contains Agency 'PiggyBack' Clause

No


Industrial Relations Details for this Contract
Name of Sub-contractors (incl. ABN & ACN)

Arcadis Australia Pacific Pty Ltd – 76 104 485 289

DesignInc Limited - 89 085 562 901

Indigeco Pty Ltd – 88 622 776 836

Boral Limited - 13 008 421 761

Applicable Industrial Instruments

Not Applicable

Location of Work

Not Applicable

NSW Industrial Relations inspectors routinely audit the employment records of contractors and sub-contractors to all NSW Government contracts. The results of these inspections are published on the NSW Industrial Relations website.

Agency Contact Project Information Officer, Infrastructure and Place, TfNSW

State/Territory NSW

Country AUSTRALIA

Other Information

This Procurement process was conducted through the following two stages:

Stage 1: Expression of Interest (EOI) short listed seven (7) successful applicants.

Stage 2: Three (3) of the Applicants who were shortlisted through the EOI process were invited to provide a submission in response to an Invitation to Tender (ITT).

One successful Applicant (the Contractor) was then selected to execute a contractual agreement comprising a Framework Deed to Design and Construct Station Upgrades for the Transport Access Program Tranche 3 (TAP 3) and two (2) Design and Construct contracts for Warrawee and Hawkesbury River Stations which have been disclosed separately.

Further contracts awarded under the Framework Agreement will be disclosed separately

 The Framework Deed has since been amended.

Original Framework Deed Expiry Date: 26/08/2022

Deed of Amendment No. 1: revised Expiry Date (28/06/2024)