Closed ATM View - ANMM-18059
Supply and Installation of a Roof Safety System to Wharf 7 Building
Sydney
The ANMM has identified the necessity for the installation of a roof safety system to its Wharf 7 building, this new system will be used to provide safe access to the roof, thereby enabling the installation of the solar photovoltaic solution that is being undertaken as part of the ANMM’s Public Service Modernisation Fund projects. The height safety system will also enable ongoing maintenance and other works required at the roof to be undertaken.
The project involves the detailed design, supply, installation, testing and commissioning of a height safety system at the Wharf 7’s roof. The new height safety system will provide safe access movement across the roof, the works will be undertaken in such a manner that either mitigates or minimises the need for penetrating the roof structure as much as possible.
The roof safety system installation works will be coordinated with the contractor responsible with the separate (albeit undertaken concurrently) project relating to the installation of the solar photovoltaic system on the Wharf 7 roof. A key objective will be the provision of a complete height safety system by the end of September 2018, such that safe access to the roof is enabled for the solar photovoltaic system to be completed by October 2018 as programmed.
Tenderers are required to attend a compulsory on-site briefing on:
Date: 16th July 2018
Time: 10:00 am
Location: Wharf 7, 58 Pirrama Road, Pyrmont NSW
The Tenderer MUST adhere and compliant with the Code for Tendering and Performance of Building Work 2016 (Building Code). The Code replaces the Commonwealth Building Code 2016.
Vendors must demonstrate compliance with the following mandatory criteria:
-
Compliance with the Invitation, including compliance with Conditions of Tender (signed Returnable Schedules)
-
Public Liability Insurance* - $10M (See Returnable Schedule 3)
-
Contract Works Insurance (See Returnable Schedule 3)
-
Satisfactory financial stability – the recommended tenderer will be required to demonstrate adequate financial stability to undertake the works. At a minimum, submission of last two years’ audited and signed financial statements of the contracting party will be required to be submitted to the museum’s Head of Finance (HOF).
As per RFT