Tender Details
The site is situated within Kosciuszko National Park in the Upper Murray area of the Snowy Mountains Region. Bourkes Gorge runs parallel to the Bogong Creek, between Scammels Ridge and Grey Mare Range.
Access to the site is via Alpine Way and Bourkes Gorge Road. Bourkes Gorge Road (unsealed) ends 11.7km from the Alpine Way at Bourkes Gorge No. 1 Spoil Dump. Access to Bourkes Gorge No.2 Spoil Dump is along a minor track that runs across the top section of the spoil dump and heads in a southerly direction through for about 800m. This track follows the course of the former railway track to Spoil Dump No. 2
The site is a spoil dump that fills the steep valley of a tributary creek flowing to Bogong Creek. The slope is estimated to have a height of 60m and is at and angle of approximately 38 degrees. It is approximately 150m wide across the valley and extends about 250m upstream along the tributary creek that has been blocked by the dump.
The tributary creek now runs on top of the spoil dump and sediment has been deposited on the upstream section of the spoil dump creating a wetland condition. An 8m washout scar has been left in the southern side of the spoil dump and erosion of this area down the creek continues during peak flows.
In addition to the rock spoil, small quantities of scrap metal, timber and concrete may be present at this site.
Contract Objectives
The objectives of the rehabilitation works are:
Ø Re-shape the spoil dump to a more stable slope.
Ø Construct an environment that favours re-vegetation and habitation of the endemic species.
Ø Integrate the site into the surrounding environment.
Ø Construct a channel through which high flow events can be transported across the site without scouring, or rendering the site unsafe.
Ø Slow any high flow events to limit the scour effects on the downstream environment.
Ø Record and capture any significant heritage items found at the site.
Ø Assess any contamination or general construction waste found at the site, and if appropriate, remove to an approved disposal site.
Ø Improvement in the visual amenity of the site and over time.
Ø Retention of any cultural heritage values identified during construction.
Location
Estimated Value
RFT Type
Tender Respondents
Business Name | Trading Name | Address |
---|---|---|
Denrith Pty Ltd t/as Divalls Earthmoving & Bulk Haulage | - | 282 Carrick Road Goulburn NSW 2580 AUSTRALIA |
Environmental Land Contracting Pty Ltd | - | 11 Chittaway Road Ourimbah NSW 2258 AUSTRALIA |
Hezem Pty Ltd | Gleeson Excavations | 16 Dampier Street Wakool NSW 2710 AUSTRALIA |
JDS | - | PO Box 197 Cooma NSW 2630 AUSTRALIA |
Kraft Earthmoving Pty Ltd | - | Fairfield Kosciuszko road Berridale NSW 2628 AUSTRALIA |
Pearse Earthmoving Pty Ltd | - | PO Box 6578 shepparton VIC 3632 AUSTRALIA |
RoadWorx Civil Pty Ltd | - | 56 Marley Place Unanderra NSW 2526 AUSTRALIA |
Rye Plant Hire | - | PO Box 63 Berridale NSW 2628 AUSTRALIA |
Stadelmann Enterprises Pty Ltd | - | PO Box 102 Bright VIC 3741 AUSTRALIA |
Additional Details / Instructions
A mandatory pre-tender meeting will be held on the date, at the time and at the place indicated below:
11am 12 October 2009. meet at npws office khancoban nsw. from which point will travel to site. “A mandatory pre-tender meeting will be held on the date, at the time and at the place to be advised separately”>
The Contact Person will be available at that time to answer Tenderers’ queries.
Attendance by Tenderers at the pre-tender meeting is mandatory and Tenderers’ attendance will be recorded. Failure to attend will result in the Tenderer’s tender being passed over
Address for Lodgement
Conditions for Participation
By tendering, the Tenderer agrees that the Principal may gather, monitor, assess and communicate information about the Tenderer’s performance and capacity.
All tenders will be evaluated using some or all of the following criteria:
1. Conformity with the tender documents, including allowed alternatives, delivery period and quality proposed;
2. Price(s) and/or any rates, and value for money and certainty inpricing;
3. Demonstrated relevant experience and previous performance, and ability to perform within set time frames;
4. Proposed innovation, approach and methodology, including extent of recycled or salvaged materials, plant and equipment identified for incorporation into the Works;
5. Tenderer’s financial capacity (as a pass/fail criterion);
Tenderer’s capacity and ability to complete the work, including proposed management, organisation, subcontractors, personnel, management systems/practice and current commitments;
7. Works Program Duration
8. Works Methodology
When a scoring system is used to assist in tender evaluation, the ratio of price to non-price criteria will be 50%-50%.
If required, submit additional information, by the stipulated date and time, to allow further consideration of the tender before any tender is accepted. Failure to meet this requirement may result in the tender being passed over or evaluated without the additional information.
Tenders which do not comply with any requirement of, or which contain conditions or qualifications not required or allowed by the tender documents may be passed over.