Simple keyword search and advanced search
close
or

Transport for NSW (Transport Infrastructure Projects) / Western Harbour Tunnel – Delivery Assurance Specialist Services - 23.0000139213.1578

RFT ID 23.0000139213.1578
RFT Type Open Tenders
Published 3-Nov-2023
Closes 8-Dec-2023 2:30pm
Category Infrastructure
Agency Transport for NSW (Transport Infrastructure Projects)


Contact Person
James Xu
Phone: 0466 808 366
James.Xu@transport.nsw.gov.au

Tender Details

Transport for NSW (Transport) is inviting suitably experienced, qualified and accredited Contractors, subject to mandatory criteria, to be engaged as the delivery assurance specialist service provider under the Western Harbour Tunnel (WHT) Package 2 Contract.  

The delivery assurance specialist service provider will perform a critical support function to the WHT project. This service is to provide experienced delivery assurance specialists across key construction discipline based categories to support the successful delivery of key project construction milestones. The delivery assurance specialists will be utilised to undertake discipline specific works monitoring, using experience-based risk & issue identification to ensure best for project outcomes.

  • The main scope of the proposed delivery assurance specialist services includes:
  • Expert construction support, leadership and delivery assurance on works across each specialised construction discipline.
  • Experienced leadership and management of Transport for NSW’s safety and quality obligations across specialised construction disciplines.
  • Development and mentoring of other project team members in each delivery assurance specialists area of expertise.
  • Provide site attendance for delivery assurance purposes, including during non-standard work hours (e.g., weekends/night shifts) for critical project priorities.
  • The specialist construction disciplines required to be demonstrated to be compliant for this tender procurement process include;
  • Building construction – permanent tunnel operation & ventilation facilities
  • Tunnel boring machine (TBM) tunnelling works including pre-cast fabrication
  • Mined tunnel (roadheader) excavation works
  • Tunnel civil fit-out works
  • Mechanical and electrical installation, testing and commissioning works

Delivery Assurance Specialist Resource minimum requirements:

Supply of Delivery Assurance Specialist resources to suit project program needs across the following categories and minimum experience criteria:  

1.  Mechanical and Electrical – Minimum 10 years experience working on major infrastructure projects in the areas of mechanical and electrical delivery including:

  • Electrical fit-out and commissioning,
  • Mechanical fit-out and commissioning,
  • Tunnel closure systems,
  • Tunnel fire systems,
  •  Tunnel messaging and monitoring systems,
  •  Operation and Maintenance Control System (OMCS),
  • Motorway Control Centre (MCC).

2. Tunnel Construction (Bored Tunnels) – Minimum 10 years experience working on major infrastructure projects in the areas of bored tunnel delivery including:

  • Delivery, assembly and commissioning of tunnel boring machines
  • Excavation with tunnel boring machines
  • Tunnel boring machine facilitating infrastructure including slurry treatment plants, water treatment plants, tunnel services, tunnel lining segment installation processes

3. Tunnel Construction (Mined Tunnels) – Minimum 10 years experience working on major infrastructure projects in the areas of mined tunnel delivery including:

  • Roadheader excavation including benching and tunnel support construction processes
  •  Shotcrete linings, waterproofing installation processes
  • Access, logistics and underground construction supporting processes and infrastructure

4.  Tunnel Civil Fit-out and Paving – Minimum 10 years experience working on major infrastructure projects in the areas of tunnel and civil fit-out and paving delivery including:

  • Concrete works, including construction of underground structures
  • Service and drainage installation and pressured mains
  • Shotcrete and other types of in tunnel linings
  • Cross passage fit-out
  • Precast concrete works – specifically precast tunnel lining segments and other misc. concrete elements
  • Road pavement and sub-pavement construction
  • Access, logistics and underground construction supporting processes and infrastructure

5.  Building Works – Minimum 10 years experience working on major infrastructure projects in the area of building construction delivery including:

  • Foundations, structural, fit-out
  • Associated sequencing, logistics and access considerations
  • Mechanical, electrical and fire systems installation and commissioning 

To successfully participate in the tender process for this project, tenderers:

  • Must execute (to the satisfaction of Transport) the Confidentiality Deed Poll and return to Transport via James.Xu@transport.nsw.gov.au by 4:30pm (AEST) Friday, 17 November 2023 to receive the tender documents
  • Must be Full Qualified under SCM0005 Performance and Management Services Scheme (under Category 15c Major Project Procurement / Delivery and Project Management) at the time of RFT release
  • Must have successfully provided Project delivery assurance and construction monitoring services for the delivery phase of a major transport related infrastructure project that meets the following minimum requirements (collectively):
  1. capital value greater than $500m;
  2. delivered within the last 5 years;
  3. for the Australian or NSW Government, or other State Government organisation or private sector organisations participating in the procurement and delivery of large-scale transport related infrastructure projects; and
  4. project organisational experience must include delivery of tunnel infrastructure, preferably inclusive of tunnel construction using tunnel boring machine (TBM) excavation methods.

All inquries close on Friday 1st December 2023.

All tenderers must comply with the Transport Statement of Business Ethics through the procurement process and any subsequent contract period.

All tenderers must comply with the NSW Government Procurement Policy Framework, NSW Government Supplier Code of Conduct and New South Wales Industrial Relations Guidelines: Building and Construction Procurement. 

Location

NSW Regions: Northern 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.

Tender Respondents

Business Name Trading Name Address
Donald Cant Watts Corke (NSW) Pty Ltd DCWC Level 7, 207 Kent Street
Sydney NSW 2000
AUSTRALIA
HKA Global Pty Ltd - Head Office Australia
Suite 1001, Level 10
Sydney NSW 2000
AUSTRALIA
Jacobs Group (Australia) Pty Ltd - Level 7, 177 Pacific Highway
North Sydney NSW 2060
AUSTRALIA
MOTT MACDONALD AUSTRALIA PTY LIMITED Mott MacDonald Level 10
383 Kent Street
Sydney NSW 2000
AUSTRALIA
The trustee for Bamser Trust SYSTRA Bamser Level 15, Chifley Tower
2 Chifley Square
Sydney NSW 2000
AUSTRALIA
TSA MANAGEMENT PTY LIMITED - Level 15
207 Kent Street
Sydney NSW 2000
AUSTRALIA
Urban Infrastructure Partnership Pty Ltd Urban Infrastructure Partnership Pty Ltd L24 International Tower 3, 300
Barangaroo
Sydney NSW 2000
AUSTRALIA

Address for Lodgement

Electronic lodgement only

Multi Agency Access

No