To access this element change to forms mode OFF

Closed ATM View - AZ5982

J0056 EOLRP – ITR - HC-1 2003 (Construct Only): Work Package 1: EO Depot Darwin

Contact Details

Neal Morrow

:
(07) 4044 2210

:
(07) 4044 2288

:

:
AZ5982
:
Department of Defence - DSRG
:
72100000 - Building construction and support and maintenance and repair services
:
29-Aug-2017 12:00 pm (ACT Local Time)
Show close time for other time zones
:
28-Jul-2017
:
NT
Darwin
:
Expression of Interest

APP Reference:
DoD/EIG/ID/2016/05
:
No
:
No

:

The objective of the Explosive Ordnance Logistics Reform Program (EOLRP) Project is to enhance Defence capability by delivering improvements to Defence's Explosive Ordnance (EO) and non-explosive dangerous goods inventory management activities, including storage, processing, distribution and administration.  To achieve this, Defence will deliver facilities and infrastructure (new construction and upgrades) across 12 Defence EO depot sites in support of a new network design (the EOLRP Works). 

The EOLRP Works are being delivered in 3 Works Packages and multiple Head Contracts.  Works Package 1 consists of 1 Head Contract for EO Depot Darwin, and 1 Head Contract for EO Depots Amberley and EO Depot Mount Stuart. This invitation to Register Interest is for EO Depot Darwin only.

EO Depot Darwin is managed by Thales Australia Limited, EO Services Contractor to Defence.  Thales, as the site operators and holders of the Major Hazard Facility licences for each site, require an overarching Safe Work Method Statement (SWMS) for each type of work that requires a permit.  Each successful tenderer will be required to coordinate and interface with Thales.

EO Depot Darwin

    • Quantity No. 1 – Administration Building of approx. 330m2 GFA comprising a reinforced concrete slab, masonry walls, inner stud lined wall for acoustic rating, double glazing, security and other services infrastructure and associated roadworks, civil and services infrastructure connections. 

    • Quantity No. 1 – Small arms light frangible building of approx. 1000 m2 GFA plus a 250 m2 canopy  comprising a reinforced concrete slab, steel frame and clad structure, security and other services infrastructure.

    • Quantity No. 1 - White Phosphorous building of approx.80 m2 GFA comprising heavy reinforced concrete construction, security and other services infrastructure.

    • Quantity No. 1 – Non Explosive Ordnance Store of approx. 500 m2 GFA with a 155 m2 canopy comprising a reinforced concrete slab, steel frame and clad structure, security and other services infrastructure.

    • Quantity No. 1 – Ammunition Process Building of approx. 499 m2 GFA with a 155 m2 canopy comprising a reinforced concrete slab, masonry and stud frame with cladding, security and other services infrastructure.

    • Quantity No. 1 – Extension of the existing grass traverse near building 606.

    • Demolition of existing building 601 approx. 515 m2 and existing administration building 597 of approx. 135 m2.

    • Associated roadworks, civil and services infrastructure connections.

Certain scope elements include precise survey requirements associated with the ability of certain buildings to achieve the required explosive limit licence and Hazardous Areas Classification, with consequential verification requirements during construction and commissioning of the works.

:

Building Code 2016 

The Applicant's attention is drawn to the Building and Construction Industry (Improving Productivity) Act 2016 (Cth) and to the Building Code 2016, which apply to the Commonwealth Funded Building Work that is the subject of the project.  More information about the Building and Construction Industry (Improving Productivity) Act 2016 (Cth) and the Building Code 2016 is available at www.abcc.gov.au. 

Further information regarding the Building Code 2016 is provided in the Invitation to Register Interest (including conditions of participation and minimum form and content requirements).

Indigenous Procurement Policy

The Australian Government's new Indigenous Procurement Policy took effect on 01 July 2015.  If relevant, further information regarding the Indigenous Procurement Policy is provided in the Invitation to Register Interest.

Joint Bids

The Commonwealth does offer applicants an opportunity to lodge a Registration of Interest on a Joint Bid Basis.  Further information regarding Joint Bids is provided in the Invitation to Register Interest.

PWC Act

The works described in the Invitation to Register Interest are a "public work" and therefore subject to section 18 of the Public Works Committee Act 1969 (Cth).

Evaluation Criteria

The evaluation criteria are described in the Invitation to Register Interest.

Minimum Form and Content Requirements

The minimum form and content requirements are described in the Invitation to Register Interest. 

 

All other instructions are described in Invitation to Register Interest. 

:

The conditions for participation are described in the Invitation to Register Interest.

:

At the time this Invitation to Register Interest is published on AusTender or otherwise issued to the Applicant, the Commonwealth anticipates that the award date for the contract will be in or about December 2017 with completion of the works in or about March 2019.

EO Depot Darwin (NT)

These works are anticipated to commence in March 2018 with completion by March 2019. 

Estimated Value (AUD):
From $17,000,000.00 to $22,000,000.00
:
Electronic submission only (in Austender)

Contact Details

Neal Morrow

: (07) 4044 2210

: (07) 4044 2288

: