Simple keyword search and advanced search
close
or

Infrastructure and Place Fleet Portfolio Technical Services (Development, Delivery, Advisory) - IPD-23-15110

RFT ID IPD-23-15110
RFT Type Open Tenders
Published 15-May-2023
Closes 9-Jun-2023 2:00pm
Category Management consultants
Agency Transport for NSW


Contact Person
James Moncay
Phone: 02 9983 3871
Procurement.Services.Rail@transport.nsw.gov.au

Tender Details

Transport for NSW is seeking to establish a panel of suitably qualified and accredited suppliers of professional services to assist in its provision of technical services for the development and maintenance of Ferry, Rolling Stock (Heavy and Light Rail Trains) and Bus fleets as part of Evolving Transport’s multimodal initiative. Successful tenders will possess Fleet TAO accreditation for the  "Independent Assured Work" section and be able to demonstrate competency of their employees in the various skills required by the multimodal technical Fleet portfolio.

Location

NSW Regions: Far North Coast, Mid North Coast, New England, Central Coast, Hunter, Cumberland/Prospect, Nepean, Northern Sydney, Inner West, South East Sydney, South West Sydney, Central West, Orana/Far West, Riverina/Murray, Illawarra, Southern Highlands

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
AUGMENTIUM PTY LTD - 53 Binalong Avenue
Allabie Heights NSW 2100
AUSTRALIA
Aurecon Australasia Pty Ltd Aurecon Australasia Pty Ltd 73 Miller Street
North Sydney NSW 2060
AUSTRALIA
CERTIFER Australia Pty Ltd CERTIFER Australia Suite 402, 261 George Street
Sydney NSW 2000
AUSTRALIA
CWG PROJECT SERVICES PTY LTD - Pymble
Pymble NSW 2067
AUSTRALIA
FERROVIA PTY LTD - 182 Pittwater Road
Manly NSW 2095
AUSTRALIA
Hatch Pty Ltd Hatch Pty Ltd 61 Petrie Terrace
Brisbane QLD 4000
AUSTRALIA
Infrastructure Advisory Group Pty Ltd Infrastructure Advisory Group Pty Ltd Level 23/100 Lonsdale Street
Melbourne VIC 3000
AUSTRALIA
Jacobs Group (Australia) Pty Ltd - Level 7, 177 Pacific Highway
North Sydney NSW 2060
AUSTRALIA
Management Commercial Engineering Pty Ltd MCE or Management Commercial Engineering Level 24, Three International Towers,
300 Barangaroo Avenue,
Sydney NSW 2000
AUSTRALIA
Middleton Group Engineering Middleton Group Engineering Level 13/500 Collins Street Victoria
Melbourne VIC 3000
AUSTRALIA
MJL Engineering & Construction Pty Ltd MJL Engineering & Construction Pty Ltd 45b New Line Road
West Pennant Hills NSW 2125
AUSTRALIA
Mott MacDonald Australia Pty Ltd Mott MacDonald Level 10
383 Kent Street
Sydney NSW 2000
AUSTRALIA
Plan Safe Pty Ltd Plan Safe Suite 4536, Level 45, World Square
680 George St, Haymarket NSW 2000
Sydney NSW 2000
AUSTRALIA
PROVIDENCE T&I PTY LTD - Suite 402, L4, 68 York St
Sydney NSW 2000
AUSTRALIA
Rail Confidence Pty Ltd Rail Confidence Suite 1
28-34 Bellevue St
Surry Hills NSW 2010
AUSTRALIA
Ricardo Rail Australia Pty Ltd - Suite 201 Level 2 Tower B The Zenith
821 Pacific Highway
Chatswood NSW 2067
AUSTRALIA
SNC-LAVALIN AUSTRALASIA PTY LTD SNC-Lavalin Rail & Transit Pty Ltd Level 10, 45 Clarence Street
Sydney NSW 2000
AUSTRALIA
SYSTRA ANZ PTY LTD - level 15 Chifley square
Sydney NSW 2000
AUSTRALIA
TSA Management Pty Ltd - Level 15
207 Kent Street
Sydney NSW 2000
AUSTRALIA

Additional Details / Instructions

Participants must submit a signed Confidentiality Deed Poll and Probity Separation form (which is attached to this ITT) and email this to the Contact Officer at Procurement.Services.Rail@transport.nsw.gov.au to receive the password to access the Tender Documents.

Address for Lodgement

Electronic lodgement only - no password protection. Tenderers must submit their response in accordance with the Invitation to Tender, clause 3.1.2 Form of Lodgement.

Conditions for Participation

Minimum Requirement 1

Evidence that the Tenderer’s nominated personnel for their respective role(s) complies with the identified requirements in terms of degree/qualification status, minimum general experience and professional membership status as detailed in the Scope of Services for Service Type 1 – Technical Resources (for Service Type 1 and 2).

 

Minimum Requirement 2

Evidence that the Tenderer and/or its’ subcontractor(s)/Joint Venture has nominated a minimum of ten (10) suitably skilled and qualified personnel for the role of Director Fleet, Subject Matter Expert, in Minimum Requirement 1 (for Service Type 2).

 

Minimum Requirement 3

Evidence of Tenderer has experience in conducting Fleet Technical Services with a fee value of over $500,000 (for the supply of resources) on five (5) separate engagements whereby two (2) examples are within the "Development" and "Delivery" product lifecycle (for Service Type 2).

Mandatory Briefing Session:

Participants are required to attend the Mandatory Briefing Session to be held on 23 May 2023 at 10:30 am – details are provided in the Tender Documentation.

 


Multi Agency Access

No