Simple keyword search and advanced search
close
or

Transport for NSW (Transport Infrastructure Projects) / Independent Certifier Services for M1 Motorway extension to Raymond Terrace - 22.0000139268.1056

RFT ID 22.0000139268.1056
RFT Type Open Tenders
Published 14-Oct-2022
Closes 23-Nov-2022 9:00am
Category Professional engineering services
Agency Transport for NSW (Transport Infrastructure Projects)


Contact Person
Jenn Tranter
Phone: 0403 070 673
Jenn.Tranter@transport.nsw.gov.au

Tender Details

TfNSW is inviting suitably experienced and qualified organisations to submit Tenders to undertake the role of the Independent Certifier (IC) and perform the Services for the M1 Pacific Motorway extension to Raymond Terrace project (Project).  

The M1 Pacific Motorway Extension to Raymond Terrace (M12RT) will provide a critical link in the National Land Transport Network (NLTN), particularly for the coastal Sydney to Brisbane road corridor. The M12RT extends the M1 Motorway from Black Hill to the Pacific Highway at Raymond Terrace and bypasses Beresfield, Hexham and Heatherbrae.  

The Project seeks to provide safer, more consistent and reliable travel, reduce travel times for all road users, improve transport efficiency, ease congestion and support economic development.  

The fifteen (15) kilometres of the M12RT extension will be delivered by two collaborative Design and Construct (D&C) contracts: 

  1. Southern Section (known as Black Hill to Tomago): Acciona Infrastructure Australia, and the John Holland/ Gamuda (Australia) Branch Joint Venture have been selected to take part in the D&C tender process for this 10 kilometre section.  
  2. Northern collaborative (known as Heatherbrae Bypass): Seymour Whyte Constructions and BMD Constructions have been selected to take part in the D&C tender process for this 5 kilometre section.  

This RFT for IC Services covers both the Black Hill to Tomago and Heatherbrae Bypass sections. Both D&C contracts are expected to be awarded by the end of 2022. 

The Project is funded by the State and Commonwealth  Government and is being procured and delivered by TfNSW.  

Organisations wishing to tender must be, in TfNSW’s opinion, a bona fide service provider or consortium who has the capabilities and experience to play a significant role in a consortium, or to act as a service provider in its own right, to deliver the IC services.

Prospective tenderers will need to complete, sign and return the confidentiality deed poll (in accordance with the instructions in the deed) to the Contact Officer prior to being given instructions to access the Request for Tender (RFT) documents via a separate Data Room.

The Request for Tender (RFT) documents are now available via the Ansarada Data Room to prospective tenderers who have completed the Confidentiality Deed Poll and been given access by the Contact Officer.

There will be no pre-tender meeting for this tender. 

Without any obligation to do so, where the integrity of the tender process is not compromised, TfNSW may determine (in its absolute discretion) that it is appropriate to consider a late tender submission.

All tenderers must comply with the New South Wales Government Procurement Policy Framework (NSW Framework) and NSW Government Supplier Code of Conduct (NSW Code). Copies of the NSW Framework and NSW Code are available at www.buy.nsw.gov.au

Location

NSW Regions: Hunter

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.

Address for Lodgement

Tender responses must be submitted via the Ansarada Data Room

Conditions for Participation

Minimum Requirements  

  1. Tenderer has demonstrated experience in the provision of independent certifier services (or similar) in the last 10 years on projects that are of a similar scale and nature to the Project, with a head contract value of greater than $250 million.  
  2. Tenderer is able to demonstrate experience in the provision of technical services for the design and construction of major infrastructure projects with a minimum of five (5) of the following disciplines:  
           a) Operations Management and Control System (OMCS) and ITS
           b) Bulk earthworks 
           c) Major Bridge Structures
           d) Major retaining and noise structures 
           e) Heavy duty pavements 
           f) Traffic staging including temporary works 
           g) Design review of major civil infrastructure 
           h) EIS compliance 
           i) Works with TfNSW D&C contracts and / or scope of work and technical specifications
           j) Construction of major road infrastructure 

Multi Agency Access

No