To access this element change to forms mode OFF

Closed ATM View - EST02060-NTM

EST02060 Garden Island Defence Precinct Sub-Program - Notice To Market

Contact Details

LTCOL Tim Napper

:

:
EST02060-NTM
:
Department of Defence - DSRG
:
72100000 - Building construction and support and maintenance and repair services
:
31-May-2022 12:00 pm (ACT Local Time)
Show close time for other time zones
:
8-Mar-2022
:
NSW
Sydney
:
Notice

:
No
:
No
:
No

:

This is a pre-release notice to advise that the Department of Defence (Defence) intends to seek proposals for the provision of a Project Management / Contract Administrator (PMCA) led Project Management Office (PMO) to support the planning and construction of buildings, services and infrastructure in connection with the Garden Island Defence Precinct (GIDP) Sub-Program of works in Sydney, NSW (the Project).  It is anticipated that the PMCA role will be procured from the Defence Infrastructure Panel 2017-2022 (DIP) PMCA Services panel, or its successors, by means of a Request for Proposal (RFP) to panel members. 

GIDP is the location of the Royal Australian Navy's major fleet base on the east coast of Australia and its primary role is to support and maintain homeported and visiting RAN ships. It also provides support, as appropriate, to visiting foreign naval ships.  

The Project aims to sustain the GIDP facilities and infrastructure necessary to support Defence to the required level of capability.  The Project is intended to address a range of strategic infrastructure investment needs across the GIDP sites to align with the 2045 Base Vision, 2022 Estate Base Plan, 2020 Force Structure Plan and capability requirements, with the Project scope including but not limited to:

a. Modernisation and remediation of the Captain Cook Graving Dock (CCGD) and associated support services, to ensure critical sustainment functions are maintained;

b. Provision of increased working accommodation to cater for an increase of ADF workforce and base support service personnel;

c. Demolition of a range of older buildings across the site that are no longer fit-for-purpose, and replacement with larger buildings with flexible spaces to efficiently deliver a variety of base functions;

d. Consolidation and improvement of base support and personnel support functions to enhance the site based on liveability principles; 

e. Modernisation and remediation of short and medium-term resilience, including enhanced critical system resilience, sea level rise mitigation, and access and precinct control for base operation;

f. Provision of additional engineering services to support future growth;

g. Sustainment of strategic fuel storage for east coast maritime capability; and

h. Management of redevelopment scope priorities to achieve the best and highest value use of the site.

Defence intends to seek Combined Pass Government Approval for the Project.

The proposed PMCA led PMO structure will require a strong digital engineering approach to be developed based on extensive intrusive investigations to inform design certainty and decrease risk, consistent with Defence’s advice to Parliament regarding lessons learned from the Garden Island Critical Infrastructure Remediation Program Stage 1 Real Cost Increase. 

The Project may include multiple work packages and a number of different delivery models and Defence is open to considering  combinations of Managing Contractor Contracts (MCC-1 2021 or its successors) and Head Contracts (HC-1 2021 or its successors), as well as Public Private Partnerships (PPPs) and other non-standard delivery models.  The delivery model(s) will be informed by the PMCA led PMO, which may therefore be required to provide the following types of support to Defence:

a. Financial advice, including cost planning, modelling and PPP bankability;

b. Stakeholder management;

c. Project management;

d. Resourcing and transaction management;

e. Commercial advice, including in relation to risk allocation and strategy and market conditions;

f. Technical advice, including in relation to engineering, site investigation, environmental, heritage, marine and regulatory interfaces;

g. Communications; and 

h. Insurance advice. 

The legal structures and procurement methodologies for the Project are liable to change.

As noted above, it is intended that a RFP for a PMCA-led PMO engagement of one or more members of the DIP (PMCA Services) will be released in mid-2022. Joint bids will likely be encouraged between DIP members and it is anticipated that proposed teams will need to include expertise to support Project development and delivery using both standard and non-standard Defence delivery models.

This Notice is for the purposes of informing Industry of the upcoming RFP for the PMCA-led PMO team for the Project and potential future design and construction contractor procurements required for the Project, subject to determining the delivery strategies for the Project. Prospective Respondents for the PMCA role and any future tenderers are not entitled to make any claim for, and the Commonwealth shall not be liable for, any liability, costs or loss incurred as a result of any delay in the release of the Request for Proposal or any future tender process.

Anticipated Project value is in of the order $3.6b - $4.3b (as at master planning stage) or $2.4b - $3.1b (as at post master planning stage).

:
:

All Conditions for Participation will be provided to relevant DIP members at the time of RFP issue. 

:

Indicative key project timings are:

- PMCA/PMO RFP released (to Defence Infrastructure Panel members) – mid-2022

- 30% Concept Design Report and Draft Detailed Business Case Approval – December 2024

- Parliamentary Works Committee Expediency – February 2026

- Construction Commencement – September 2026

- Construction Completion – December 2036

Estimated Value (AUD):
From $2,400,000,000.00 to $3,100,000,000.00
:

This will be provided to DIP members at the time of RFP issue.

Contact Details

LTCOL Tim Napper

: