Tender Details
Tenders are invited from contractors pre-qualified under the National Prequalification System for Civil (Road and Bridge) Construction Contracts at Roadworks Category R3 or higher and at Financial Level F10 or higher, for the relocation of existing utilities and associated works as an early works package for the Newcastle Bypass, Rankin Park to Jesmond Project.
The earthworks and drainage components of the work must be carried out by contractors pre-qualified under the National Prequalification System for Civil (Road and Bridge) Construction Contracts at Category R2 or higher, or alternatively are registered with Transport for New South Wales in Category E or D.
The traffic control component of the work must be carried out by contractors registered with Transport for New South Wales (TfNSW) in Category G.
The asphalt work must be carried out by contractors pre-qualified under the National Prequalification System for Civil (Road and Bridge) Construction Contracts at Category A1 or higher.
The primary testing (including sampling) must be carried out by testing contractors registered with TfNSW in Category L1.
The erosion, sedimentation and soil conversion services must be registered with TfNSW in Category S1.
The electrical adjustments and street lighting components of the work must be carried out by a Level 1 Service Provider (ASP1) accredited through the scheme operated by the NSW Office of Fair Trading.
The water and sewer main construction and field testing components of the work must be carried out by contractors accredited with the Hunter Water Corporation.
The pavement markings and pavement markers must be carried out by contracts accredited to the appropriate class of Category B Pavement Markings under the Painting Contractors Certification Program (PCCP) administered by the CSIRO.
A pre-tender meeting and site inspection will be held at 10.00am on Wednesday, 16 December 2020, 1 Wetlands Place, Shortland, NSW 2307. Attendance is mandatory to submit a conforming tender. Tenderers are requested to confirm the proposed number of attendees for the pre-tender meeting by emailing brett.kendall@transport.nsw.gov.au.
All Tenderers must comply with the NSW Government’s Procurement Policy Framework (NSW Framework), Supplier Code of Conduct (NSW Code) and Industrial Relations Guidelines: Building and Construction Procurement (NSW Guidelines).
Copies of the NSW Framework and NSW Code www.buy.nsw.gov.au. The NSW Guidelines are available at www.industrialrelations.nsw.gov.au.
Location
RFT Type
Tender Respondents
These tenders are listed alphabetically. Some tenders may be qualified or contain errors and in view of the information given in the criteria for tender evaluation, the list should not be relied upon as an indication of which tender may be successful.
Business Name | Trading Name | Address |
---|---|---|
Daracon Contractors Pty Ltd | - | 20 Kullara Close Beresfield NSW 2322 AUSTRALIA |
Ertech Pty Ltd | - | 118 Motivation Drive Wangara WA 6065 AUSTRALIA |
Quickway Constructions Pty Ltd | - | Unit 40, 2 Slough Ave Silverwater NSW 2128 AUSTRALIA |