You are not logged in.

St James Theatre Wellington Seismic Remediation (Issue No. 2)

Details

Tender Closed
RFx ID : 17606426
Tender Name : St James Theatre Wellington Seismic Remediation (Issue No. 2)
Reference # :
Open Date : Thursday, 16 June 2016 9:00 AM (Pacific/Auckland UTC+12:00)
Close Date  : Friday, 8 July 2016 4:00 PM (Pacific/Auckland UTC+12:00)
Tender Type : Registration of Interest (ROI)
Tender Coverage : Sole Agency  [?]
Categories :
  • 95000000 - Land and Buildings and Structures and Thoroughfares
Regions:
  • Wellington
Required Pre-qualifications : None
Contact : Peter Mora (Senior Project Manager, Beca)
peter.mora@beca.com
+64 27 404 7377
Alternate Physical Delivery Address  :
Alternate Physical Fax Number  :
Agency Address : NEW ZEALAND
Overview

Wellington City Council originally published this requirement (GETS ID 17475946) on 3 May 2016 but subsequently cancelled as Council has now decided to look at strengthening the building to 67% instead of the 34% flagged in initial ROI. Due to this significant change in the scope of works, and in order to assist building tenants, the anticipated construction start date has been delayed to early 2018 (design complete by end of 2016). The purpose of this Registration of Interest (ROI) is to invite experienced Main Contractors to register their interest in providing Early Contractor Involvement (ECI) Services and becoming the Preferred Main Contractor for the Seismic Strengthening of the St James Theatre and Counties Building (St James Theatre).
The scope of the Project will/may include: Improving the Seismic Resilience of the St James, toward 67% NBS of the current New Zealand Building Code requirements; Upgrading the St James Auditorium from part to full displacement ventilation; and Undertaking condition-based maintenance upgrades based on Council priorities. The appointment of an ECI and Preferred Main Contractor is planned to assist the Council and its design team with buildability and methodology issues and other aspects of the project prior to awarding a construction contract for the Contract Works. The approach to procuring a Main Contractor for this Project is as follows:
• Stage 1: ROI released on GETS - responses to be evaluated by an Evaluation Panel, with the intention of shortlisting no more than four Main Contractors based on specific non-priced attributes as outlined within this ROI;
• Stage 2: P&G and Margin tender – a preliminary design tender package will be issued to the shortlisted Main Contractors to provide a proposed programme, methodology and P&G and Margin tender. Included within this will be the conditions and requirements for Early Contractor Involvement (ECI), and the Conditions of Contract associated with the delivery of the Works;
• Stage 3: A preferred Main Contractor is appointed to the Project to work with the design team to provide Early Contractor Involvement (ECI) Services; and
• Stage 4: Sub-trade tendering & lump sum price – the preferred Main Contractor will be requested to provide a lump sum price based on an ‘open book’ process for the Main Contractor’s activities (based on P&G and margin rates provided at Stage 2) and the tendering of the sub-trades to a minimum of three sub-contractors.

RFx Outcome

This tender has been completed.

Further information:
Closed as ROI

Date RFx was completed/updated: Monday, 5 March 2018 9:09 AM (Pacific/Auckland UTC+13:00)