You are not logged in.

Maunganui Road Safety Improvements

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

Tender Closed
RFx ID : 28615824
Tender Name : Maunganui Road Safety Improvements
Reference # : TC773/23
Open Date : Wednesday, 13 December 2023 10:00 AM (Pacific/Auckland UTC+13:00)
Close Date  : Thursday, 8 February 2024 2:00 PM (Pacific/Auckland UTC+13:00)
Tender Type : Request for Tenders (RFT)
Tender Coverage : Sole Agency  [?]
Categories :
  • 22000000 - Building and Construction Machinery and Accessories
  • 25172100 - Vehicle safety and security systems and components
  • 30120000 - Roads and landscape
  • 72000000 - Building and Facility Construction and Maintenance Services
Regions:
  • Bay of Plenty
Exemption Reason : None
Required Pre-qualifications : None
Contact : Deanna Shaw
07 577 7000
Alternate Physical Delivery Address  :
Alternate Physical Fax Number  :
Overview

The tenderer shall provide a methodology statement indicating the methodology it proposes to use for the effective and efficient implementation of the Contract Works.
• Site establishment and site security provisions.
• Site plan outlining hoarding, access route, site storage and ablution facilities.
• Proposed construction methods and safe work methodologies. Safe work methodologies shall address Principal’s and Tenderer’s assessed risks in a safe manner throughout project works. Opportunities to eliminate risks or implement substitution or engineering controls shall be included.
• Overall strategy to meet construction targets / completion dates.
• Temporary diversions / relocations or protection works required for utility services affected by the proposed works.
• The division of work (own forces or subcontractor) and how the labour resources are allocated to each work activity (scheduled item).
• Hours of working.
• Explain Respondent’s risk management system to identify, assess and manage significant risks (including emergency procedures) associated with the works (Eliminate and Minimise) and how it will be implemented and kept live for the duration of the contract. Additionally, Respondents shall explain the process of how events such as near misses, incidents or injuries will be reported and investigated.
• A pre-construction risk assessment listing controls for risks and hazards associated with project work. The pre-construction risk assessment shall state at minimum the top 5 Health and Safety risks from Respondent’s perspective and TCC’s key risks as listed below:
• Particular reference should be made to the means of physically isolating all work site activities from public and traffic.
• Methods to reduce the construction disturbance and impact on the public and adjacent property owners including dust and noise control.
• Environmental management methods to manage silt, sedimentation, spills, noise, dust and the protection of trees and vegetation during construction. The tenderer shall demonstrate familiarity with any attached consents and indicate key inspection points in their submitted programme.
• The means of communication on Site between the Contractor's staff and the Engineer. Explain how good coordination, consultation and communication between all PCBUs is established, managed and maintained.