You are not logged in.

Rākau Rangatira Phase One

This tender is using the new split file responses feature on GETS. The agency has indicated that they would like to receive responses separated by price and non price components. Please keep this in mind when preparing your response for submission via GETS.

Details

RFx ID : 29100682
Tender Name : Rākau Rangatira Phase One
Reference # :
Open Date : Tuesday, 26 March 2024 3:30 PM (Pacific/Auckland UTC+13:00)
Close Date  : Friday, 3 May 2024 12:00 PM (Pacific/Auckland UTC+12:00)
Tender Type : Registration of Interest (ROI)
Tender Coverage : Sole Agency  [?]
Categories :
  • 30000000 - Structures and Building and Construction and Manufacturing Components and Supplies
  • 72000000 - Building and Facility Construction and Maintenance Services
  • 95000000 - Land and Buildings and Structures and Thoroughfares
Regions:
  • Auckland
  • Bay of Plenty
  • Canterbury
  • Chatham Islands
  • Gisborne
  • Hawke's Bay
  • Manawatu-Wanganui
  • Marlborough
  • Nelson
  • Northland
  • Otago
  • Southland
  • Taranaki
  • Tasman
  • Waikato
  • Wellington
  • West Coast
Required Pre-qualifications : None
Contact : DOC Procurement Team
procurement@doc.govt.nz
Please direct all communication through GETS
Alternate Physical Delivery Address  : N/A
Alternate Physical Fax Number  : N/A
Overview

The Director-General of the Department of Conservation is seeking Registrations of Interest (ROI) from suppliers with capacity and capability to deliver Phase One of the Rākau Rangatira Project. The scope of works include renewal of visitor infrastructure at Tāne Mahuta including demolition and replacement of the viewing platform, access boardwalk and pedestrian footbridge. The works will need to be delivered within the Waipoua Forest where Kauri Dieback is present.

The contractor will be responsible for delivering all elements of the scope, sourcing and managing sub-contractors where necessary.

The purpose of this ROI is to assess suppliers’ suitability to provide the services. Suppliers are invited to respond to this ROI, from which the Department may establish a shortlist to participate in a Request for Proposal (RFP) process.

The preferred contractors will have a minimum of $10 million public liability insurance, IMPAC Pre Qualified (or equivalent), able to demonstrate competency and capability through project examples illustrating relevant construction experience in an environment with Kauri Dieback, working with helicopters (safe load preparation, collection, delivery, precision lifting, etc.) and working with Fibre Reinforced Plastic/Polymer (FRP) products.

Successful delivery of Phase One will provide valuable information which will help refine methodologies and scope for future phases of delivery.