Lord Howe Island Critical Infrastructure Program – Main Infrastructure Works Request for Tender Stage 1
Tender ID: 589809
Tender Details
Tender Description
Project goals
The Critical Infrastructure Program includes infrastructure projects that are crucial to Lord Howe Island’s everyday life and to support its long-term future as a sustainable tourism destination.
The Main Infrastructure Works package incorporates marine and land-based infrastructure. The goals for the Main Infrastructure Works are to:
- design and deliver new marine infrastructure to support the replacement freight transport vessel;
- design and deliver biosecurity measures to support the long-term security of the Marine Strategy; and
- delivery of a fully functioning Waste Management Facility on Lord Howe Island to support both day-to-day operations and Lord Howe Island’s tourism-led economy.
Scope
The Main Infrastructure Works of the Lord Howe Island Critical Infrastructure Program provides a unique and once-in-a-lifetime opportunity to support the continued sustainability of the Island’s resident population and tourism economy via a suitably qualified Contractor to design and construct the:
- New Marine Infrastructure, North Zone – comprising a new fixed piled vessel ramp and existing jetty upgrades.
- Land-based Infrastructure, North Zone – comprising a new unstuffing and biosecurity building, existing cargo laydown area upgrades, existing Oceanview boatshed adaptive reuse and landscaping and utilities.
- Land-based Infrastructure, South Zone – comprising a new Waste Management Facility and new biosecurity detection dog kennels.
DCCEEW are intending to procure the above scope items as a single Main Infrastructure Works package.
Additional details/instructions
The procurement process involves a multi-stage open RFT. Deliverables will be released to Tenderers in two stages (RFT Stage 1 and RFT Stage 2, with Addenda as required), based on the availability of technical and other project information.
In RFT Stage 1, DCCEEW invites Tenderers to submit an RFT Stage 1 Submission. Subject to the number and quality of RFT Stage 1 Submissions received, the intent of the RFT Stage 1 evaluation is to shortlist three (3) Tenderers with suitable experience and capability to proceed to RFT Stage 2. The intent of RFT Stage 2 is to select the preferred Tenderer that provides the best value for money to be the Main Infrastructure Works Contractor.
Pre-Tender Meeting
A non-mandatory pre-tender meeting will be held on:
Date: Monday 28 July 2025
Time: 1:00PM to 2:00PM AEST
Location: Microsoft Teams
To attend this meeting, Interested Parties must complete and return an RFT Stage 1 Pre-Tender Meeting Registration Form at least 1 business day prior to the Pre-Tender Meeting to the Dedicated Procurement Mailbox at lhicipprocurement@app.com.au
The Pre-Tender Meeting Registration Form comprises three parts which Interested Parties must complete and return including:
RFT Stage 1 Pre-Tender Meeting Registration Form
Mandatory Requirement Self-Assessment
Confidentiality Deed Poll (Organisations)
Supplier Account
All suppliers must have a Supplier Hub account to lodge a response. To create a Supplier account go to https://buy.nsw.gov.au/login/signup
Requirements
Mandatory requirements
A. Social procurement (Aboriginal Procurement Policy) *
Building and property - Marine
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
B. Social procurement (Construction Policy) *
Construction
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
C. Social procurement (ISLP Policy) *
Construction
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
D. Social procurement (Shorter Payment Terms Policy) *
Building and property - Marine
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
E. Social procurement (SME Policy) *
Building and property - Marine
Category and estimated value is subject to social procurement.
If you are successful in winning this opportuntity you will be required to submit quarterly reporting, do you agree?
Response type
Radio button (Yes/No)
Opportunity requirements
1. RFT Documentation
The attachment ‘RFT Documentation – Volumes 1, 2 & 3.zip’ contains all Volume 1, 2 & 3 documents outlined in the RFT Stage 1 Cover Page.
Returnable Schedules
Please download and complete 'LHICIP MIW - RFT VOL 2, PART A - Returnable Schedules'. Once completed, save and upload your response. You can keep editing your response until 3:00PM of the tender closing date. Suppliers are encouraged to upload early and wait until the upload bar completes to ensure a successful upload.
RFT Stage 1 Pre-Tender Meeting Registration Form
Note: Tenderers are required to sign the Confidentiality Deed Poll (CDP) attached to RFT Stage 1 Pre-Tender Meeting Registration Form (irrespective of their attendance at the Pre-Tender Meeting) to receive the following items:
- Item 1.4 North Zone Project and Disturbance Area shapefiles
- Item 2.6 South Zone Project and Disturbance Area shapefiles
- Item 3.0 BIMx Model
Once signed and emailed to lhicipprocurement@app.com.au, Tenderers will be issued a separate SharePoint link with the relevant information.
Response type
File upload (Multiple)
**To access details, please refer to the related links .**
Location
Category
Environmental & Heritage Services : Environmental Management
Waste Management : Waste Collection & Processing : Waste Management Equipment : Waste Material Handling & Recycling Systems
Building & Facility Construction & Maintenance Services : Commercial & Industrial Construction Services
Civil Construction Services : Landfill Construction : Marine Infrastructure
Architecture & Urban Design & Planning Services : Architecture