Tender Details
Transport for NSW (TfNSW) invites suitably qualified and experienced entities to submit a Registration of Interest (ROI) Application to be considered for a shortlist to tender for the construction of the Kamay Ferry Wharves Project (the Project).
The Project scope includes the reinstatement of multi-user wharves at La Perouse and Kurnell to accommodate passenger ferries, tourism related commercial vessels and recreational vessels.
The Project will create waterborne access to the Kamay Botany Bay National Park for passenger ferries, tourism related commercial vessels and recreational vessels. Improved maritime accessibility to the Park is expected to increase visitation, reinstate access to Country for the local Aboriginal community and transform the Park into an iconic tourism destination resulting in numerous social, cultural, economic and tourism benefits to communities on either side of Botany Bay.
The wharves will each generally comprise of an approach jetty from land leading to a fixed ramp structure located at the end of the jetty that enables accessible vessel boarding under all tide conditions. The wharf structures will generally consist of steel tubular piles supporting concrete headstocks and a composite concrete deck. The scope of works also includes associated infrastructure to support the operation of each wharf including a sheltered passenger waiting area, reconfigured and new car parking and drop off zones, tie-in landscaping, and other ancillary items such as wharf furniture, utilities, lighting and security provisions.
The contracting model will be a construct only contract (the Contract) whereby the successful tenderer will be required to construct the Project in accordance with the TfNSW supplied detailed design and a C2-GC21 form of contract.
To procure this Contract, TfNSW proposes to enter into a two-phased competitive tender process with the market. Tendering will be by invitation only from those who submit a ROI Application and are shortlisted to tender for the Contract.
All applicants must comply with the NSW Government Procurement Policy Framework (NSW Framework), NSW Government Supplier Code of Conduct (NSW Code) and New South Wales Industrial Relations Guidelines: Building and Construction Procurement (NSW Guidelines). Copies of the NSW Framework and NSW Code are available at www.procurepoint.nsw.gov.au. The NSW Guidelines are available at www.industrialrelations.nsw.gov.au.
This project is partially funded by the Australian Government.
The Building Code 2016 applies to this project. This document is available at https://www.legislation.gov.au/Details/F2017C00125.
It is a requirement for the Project that the successful contractor be accredited under the Australian Government Work Health and Safety Accreditation Scheme (the Scheme) at the time of entering into the contract for ‘building work’ for the Project and must maintain accreditation under the Scheme while the ‘building work’ is being carried out. Information on the Scheme is available on the Australian Government website at www.fsc.gov.au.
Location
RFT Type
RFT Preview Document(s)
Tender Respondents
The companies are listed in alphabetical order.
Business Name | Trading Name | Address |
---|---|---|
Abergeldie Contractors Pty Ltd | Abergeldie Contractors Pty Ltd | 5 George Young Street Regents Park NSW 2143 AUSTRALIA |
Ertech Pty Ltd | Ertech | 93-97 Remington Drive Dandenong South VIC 3175 AUSTRALIA |
Ford Civil Contracting Pty Ltd | Ford Civil Contracting | 9 Hattersley Street Arncliffe NSW 2205 AUSTRALIA |
Georgiou Group Pty Ltd and Brady Marine and Civil Pty Ltd Joint Venture | - | Level 3 51 Berry Street North Sydney NSW 2060 AUSTRALIA |
Landmark Marinas Pty Ltd | Clement Marine Services | Gate 5 James Craig Road Rozelle NSW 2039 AUSTRALIA |
McConnell Dowell Constructors (Aust) Pty Ltd | - | Level 3, 109 Burwood Road Hawthorn VIC 3122 AUSTRALIA |
Ward Civil & Environmental Engineering Pty Ltd and Polaris Marine Constructions Pty Ltd Joint Venture | - | Suite 4 2-6 Orion Road Lane Cove West NSW 2066 AUSTRALIA |
Additional Details / Instructions
ROI Applicants are required to complete, sign and return the confidentiality deed poll prior to being given the Passcode which is required to access the ROI Invitation.
Signed copies of the confidentiality deed poll must be returned to the Contact Person via the email address supplied.
The ROI Invitation is scheduled to be uploaded as Addendum 1 on 23 October 2020.
Following upload of the ROI Invitation as Addendum 1, the Passcode will be distributed to all ROI Applicants that have returned a signed copy of the confidentiality deed poll.