Sewer Main Renewal – Garrett Street, Moss Vale
Tender ID: 580624
Tender Details
Tender Description
Council (the Principal) is seeking Tenders from appropriately qualified and experienced Contractors to redirect two (2) sewer reticulation mains into a trunk main in Moss Vale, NSW.
OverviewManaged | Wingecarribee Shire Council |
Primary contact: | Kristian Draxl
procurement@wsc.nsw.gov.au 02 4868 0888 |
Type: | RFT (Open) |
Category(s): | Building and property - Plumbing and sewerage
Building and property - Utilities |
Opportunity ID: | RFT T-2025-2 |
Locations: | All regions |
Covered procurement: | No |
Multi agency use: | No |
Related opportunities: | None |
Project goals
Council (the Principal) is seeking Tenders from appropriately qualified and experienced Contractors to redirect two (2) sewer reticulation mains into a trunk main on Garrett Street and Innes Road in Moss Vale, NSW. The scope includes grout filling the decommissioned mains and deleting manholes, as well as installing new manholes, maintenance shafts, and terminal maintenance shafts.
A more detailed brief of the extent of services required by Council is set out in Volume 1 - Specification which is included as part of the Request for Tender documentation.
In accordance with section 55 of the Local Government Act 1993, Council invites tenders in accordance with this Invitation and the following accompanying documents:
· Volume 1 - Specification
o Volume 1a – Appendices A - D
· Volume 2 - Response Schedules
· Volume 3 - Conditions of Contract, and
· Any published Addenda
Scope
Please refer to downloadable document Volume 1 - Specification.
Related files
- T-2025-2 Invitation to Tender.pdf (185 KB)
- T-2025-2 Volume 1 - Specification.pdf (395 KB)
- T-2025-2 Volume 1a - Appendices A - D.zip (9081 KB)
Requirements
Mandatory requirements
There are no mandatory requirements for this opportunity.
Opportunity requirements
1. Mandatory - Quality Management System Accreditation
Does your business have certification in AS/NZS ISO 9001:2015 Quality Management Systems by a third party certifying body registered with the Joint Accreditation System in Australia and New Zealand?
Response type
File upload (Multiple)
2. Mandatory - Volume 2 - Response Schedules
This Volume contains Response Schedules to be completed and submitted as part of the Respondent’s proposal and will be used to evaluate the submission in accordance with the established Mandatory Criteria, Non-cost Weighted Criteria and Cost Weighted Criteria.
Response type
File upload (Multiple)
Response templates
T-2025-2 Volume 2 - Response Schedules.docx (812 KB)
3. Mandatory - Public Liability Insurance - minimum $20 million
Insurance against the death or injury to any third party or parties or loss of or damage to any property including loss of use of property whether it is damaged or not whatsoever caused during the course of the contract. The policy shall have a limit of indemnity of not less than the amount indicated for any one occurrence.
Response type
File upload (Multiple)
4. Mandatory - Workers Compensation Insurance
Workers Compensation/ Personal Accident and Illness Insurance or Personal Income Protection.
Insurance against any death of or injury to persons employed by the Supplier as required by the Workers Compensation Act 1987.
In the event of the Contractor being a Sole Trader or Partnership, the Contractor must provide Council with a copy of either a Personal Accident and Illness Insurance Policy or a Personal Income Protection Policy.
Response type
File upload (Multiple)
5. Mandatory - Comprehensive Motor Vehicle Insurance
In the case of any motor vehicle used in the performance of any contract, a Comprehensive Motor Vehicle Insurance policy including cover for accidental damage, fire and theft is required. The policy shall be for a sum not less than the full market value of the vehicle/s.
Response type
File upload (Multiple)
6. Mandatory - Bank Guarantees
The Respondent agrees to provide 2 x 2.5% bank guarantees as per the terms of the contract if successful.
Response type
Radio button (Yes/No)
Evaluation
Weighting
The evaluation weighting is an estimate and is subject to change.
Price 50%
Non price 50%
Terms and conditions
Global terms and conditions
buy NSW Tenders Terms and Conditions (210 KB)
Opportunity specific terms and conditions
T-2025-2 Volume 3 - Conditions of Contract.pdf (265 KB)
Notices
No notices have been posted for this opportunity.
Amendments
No amendments have been made to this opportunity
For general enquiries and help
buy.nsw@customerservice.nsw.gov.au
1800 679 289