Closed

Water Main Renewal – Whites Creek, Moss Vale

Tender ID: 591416


Tender Details

Tender #:
RFT T-2025-21  
Status:
Closed
Publish Date:
5 August 2025
Closing Date:
26 August 2025
Closing Time:
03:00 PM (Australia/NSW)

Tender Description

Project goals

Council (the Principal) is seeking Tenders from appropriately qualified and experienced Contractors to upsize the existing 200mm asbestos water main that crosses Whites Creek, from Willow Drive through Cosgrove Park to Berrima Road in Moss Vale, NSW with PE100 PN16 DN315 on an adjacent alignment.

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
    •  Volume 1a – Appendices A - E
  •  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-2025-21 Invitation to Tender.pdf (185 KB)
  • T-2025-21 Volume 1 - Specification.pdf (405 KB)
  • T-2025-21 Volume 1a - Appendices A - E.zip (2523 KB)
  • T-2025-21 Addenda 1 - Site Inspection Minutes.pdf (111 KB)

Requirements

Mandatory requirements

There are no mandatory requirements for this opportunity.

Opportunity requirements

1. Mandatory - Tender Briefing / Site inspection

Did the Contractor / Contractor’s Representative attend the Mandatory Site Inspection?

Response type

Radio button (Yes/No)

2. 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)

3. 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

4. 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)

5. 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)

6. 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)

7. 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

**To access details, please refer to the related links .**


Location