Simple keyword search and advanced search
close
or

Transport Asset Holding Entity of New South Wales / Panel Agreement for Supply of Digital Public Announcement (PA) Systems - WS46794

RFT ID WS46794
RFT Type Expression of Interest For Pre-Qualification
Published 15-Nov-2010
Closes 12-Jan-2011 10:00am
Category Public address systems
Agency Transport Asset Holding Entity of New South Wales


Contact Person
Procurement Help desk
Phone: 1300 132 136
procurement@railcorp.nsw.gov.au

Tender Details

The existing Public Address (PA) systems on stations were installed decades ago and most of them are life-expired.  Through consideration of sound quality and speech intelligibility, noise leakage to the environment, business and operational needs, the Digital PA technology was selected as the most suitable technology for deployment at typical stations.

The purpose of the Digital PA System is to communicate to CityRail customers on the platforms and concourses at each station throughout the Sydney rail network.  The announcements will originate from a centralised automated Digital Voice Announcement system (DVA), and local microphones. All local station systems (Station PA Sub-systems) shall be linked via an Ethernet network, and be able to be controlled and monitored from a centralised location. All parts of the technology shall be certified to Australian Standards for 'Sound Systems for Emergency Purposes'. The Digital PA System network shall be a unified system that is able to expand as the need arises; either as the station PA Systems are upgraded, or new stations added to the network.

RailCorp is seeking to systematically upgrade the Public Announcement (PA) systems throughout the rail network, with systems employing digital techniques to distribute and control audio information to the loudspeakers of all stations in the Sydney-wide network.  The upgrade includes different types of programs or projects.  One of the major programs is Passenger Information Improvement Program (PIIP) that is being approved. The Program requires upgrading all stations audio system to meet DECCW and DDA requirements in seven years time.  It is tentatively planned the upgrade will be completed by 2018 if the program is approved and funding is allocated. 

The purpose of this Procurement is to establish a Panel Agreement for Supply of Digital PA Systems for 2 years with an option for RailCorp to extend for a further period of 3 one year periods if required.

The Mandatory Evaluation Criteria are M1-M5:

M1

Evidence of previous experience in successful delivery of large scale PA systems (preferable for large venues such as Transport and/or Public Utility industry) during the last five years

M2

The Tenderer must have presence and capability to provide support from within Australia preferably based in NSW

M3

The Tenderer must have at least $5M annual turnover during the last three years

M4

Compliance with minimum insurance requirements:

·           Public Liability - $20 Million per claim

·           Professional Indemnity - $5 Million per claim and must be in place for a period of 7 years after the expiry of the contractual term

·           Workers’ Compensation Insurance – as required by law

M5

Compliance with RailCorp’s Statement of Business Ethics

M6

Compliance with RailCorp’s Safety Specification for Contractors

 

Location

NSW Regions: Sydney

RFT Type

Expression of Interest For Pre-Qualification - An invitation for Expression of Interest (EOI) for pre-registration of prospective tenderers for a type of work or service. Applicants are initially evaluated against published selection criteria. RFT may then be invited from a panel of providers (as Selective, or Invited).

Additional Details / Instructions

In order to gain access to the Request For Tender documents, Tenderers are required to register their interest by sending an email to tenderinfo@railcorp.nsw.gov.au and include the following:

1) Event Title,

2) RFT  ID ,

3) Organisation Name,

4) ACN/ ABN,

5) Contact Name,

6) Organisation/Contact Postal Address,

7) Contact Email Address,

8) Contact Phone No,

9) Provide evidence that demonstrates Tenderer’s compliance with the mandatory evaluation criteria
set out in items 5(a), 5(b), 5(c), 5(d), 5(e) and 5(f) of RFT Information in Pre-Registration Schedules document provided for this purpose.

Tenderers using Apple’s Macintosh computers should use Firefox as a web browser to access the tender documents over the internet, once access is provided.