SCM100002 Procurement List for Construction Services valued over $9 million
95
Suppliers on this scheme
23-May-2024
Last updated
Managed | NSW Public Works |
---|---|
Type |
Whole of government
Recommended |
Scheme category | Construction |
Scheme ID | SCM100002 |
Scheme owner | Saifur Rehman contractorprequal@pwa.nsw.gov.au |
29-Nov-2020 9:00 AM
31-Dec-2025 11:59 PM
Description
This is the Procurement List for Construction Services valued over $9 million (excluding GST).
Scope
This Procurement List covers contracted Construction Services valued over $9 million (excluding GST) and it is subject to PBD 2019-05 Enforceable Procurement Provisions (EPP) Board Direction.
Prequalification will be granted for various work categories and contract types depending on those nominated at the time of application. This Procurement List includes the following work categories:
- Building Works
- Heritage Building Works
- Modular Building Works
- Civil Works
- Fitout and Refurbishment
- Wastewater Infrastructure
- Water Infrastructure
Contract Types / Delivery Models are:
- Construct Only (C)
- Design and Construct (D&C)
- Managing Contractor (MC)
-
Notice for eTender - November 2020procurement-list-notice-for-etender-2.docx (VND.OPENXMLFORMATS-OFFICEDOCUMENT.WORDPROCESSINGML.DOCUMENT, 155 kb)
-
Procurement List - Conditions for Participation.pdf2023-11-20-SCM100002-Conditions-for-Participation.pdf (PDF, 266 kb)
-
2023-11-20 SCM100002 Applicant Guidelines.pdf2023-11-20-SCM100002-Applicant-Guidelines.pdf (PDF, 300 kb)
Instructions
Applicants need to answer all the questions prompted by the online prequalification application form along with the information on the provided templates.
It is recommended to complete the self-assessment available within Applicant’s Guidelines to understand if the application is likely to progress or not toward final approval.
If you don’t submit the required information, we may not be able to assess your application properly or quickly.
Scheme Requirements
SCM100002 Scheme specific questions
Modern Slavery * (required)
Modern Slavery is the term used to describe situations where adults and children are exploited because they have been coerced, threatened, or deceived. It describes situations where a person’s freedom and dignity have been taken away. Under the Modern Slavery Act 2018 (NSW) a government agency must take reasonable steps to ensure that goods and services procured by and for the agency are not the product of modern slavery.
For more information about the Guidance and the Shared Implementation Framework, please visit the Due Diligence and Reporting page available from the Office of the NSW Anti-slavery Commissioner (OASC) website below:
https://dcj.nsw.gov.au/legal-and-justice/our-commissioners/anti-slavery-commissioner.html
It is understood that you have read the Modern Slavery related provisions applicable in NSW.
Is your business willing to work with the NSW Government to address modern slavery risks in its operations and supply chains?
Response type:
Radio button yes/no
Aboriginal Participation * (required)
The NSW Government values the economic, social, and cultural contribution of the Aboriginal and Torres Strait Islander peoples of NSW. The Aboriginal Procurement Policy (APP) will contribute to the NSW Government’s strategic economic policy of Growing NSW’s First Economy.
You acknowledge the importance of supporting opportunities for Aboriginal and Torres Strait Islanders people of NSW and will aim to meet key targets as identified through the APP and will comply with it.
Please visit the APP page on the buy.nsw website:
https://www.info.buy.nsw.gov.au/policy-library/policies/aboriginal-procurement-policy
Is your business willing to work with the NSW Government to comply and support the implementation of this Policy?
Response type:
Radio button yes/no
NSW Government Skills and Training * (required)
It is understood that you have reviewed the NSW Government Infrastructure Skills Legacy Program (ISLP) and will support the implementation of this program.
Please visit the ISLP page on the Training Services NSW website:
https://www.nsw.gov.au/education-and-training/vocational/vet-programs/infrastructure-skills
Is your business willing to work with the NSW Government to address the NSW Government Skills and Training requirements.
Response type:
Radio button yes/no
Fines * (required)
Complete and upload the attached template. The applicant is to identify all fines, prosecutions and convictions in the last two years in any country as well as action taken by applicant to address these matters including work health and safety and environmental matters.
Response type:
File upload
Key personnel * (required)
Complete and upload the attached template nominating senior staff who have attended relevant training (evidence to be provided in the following sections) and have relevant contract and/or industry experience.
Response type:
File upload
Financial details * (required)
Complete and upload the attached financial details table.
The Applicant confirms that it will supply its previous two (2) years financial statements and any other relevant information as requested.
An external financial assessor will contact the supplier for relevant financial information to conduct a financial assessment on behalf of the NSW Government.
Response type:
File upload
Financial Statements * (required)
Upload a copy of your annual financial statements for the last two years.
Response type:
File upload
Cooperative based contracting * (required)
Attach Cooperative based contracting (GC21) certificates completed by 2 senior staff.
Combine into one file and upload as Word or PDF file.
Response type:
File upload
Conflict resolution training * (required)
Attach conflict resolution certificates completed by two senior staff.
Combine into one file and upload as Word or PDF file.
Response type:
File upload
Alternative dispute resolution * (required)
Attach alternative dispute resolution certificates completed by two senior staff.
Combine into one file and upload as Word or PDF file.
Response type:
File upload
Quality management system * (required)
Upload certification to ISO 9001 through an organisation listed by JAS-ANZ.
Response type:
File upload
Quality management reports * (required)
Upload two inspection and test plans (ITP) developed in the past two years and evidence that they have been implemented on projects. Combine into one file and upload as Word or PDF file.
Response type:
File upload
WHS management system * (required)
Upload certification to ISO45001 through an organisation listed by JAS-ANZ, or
Current accreditation with the Office of the Federal Safety Commissioner.
Response type:
File upload
WHS management reports
Provide evidence of one of the following site-specific WHS documents from two separate contracts completed within the last 2 years:
- third party WHS audit report, or
- site safety inspection report signed-off by WHS manager, or
- site safety corrective action report signed-off by WHS manager.
Response type:
File upload
Collaboration with stakeholders * (required)
How have you demonstrated your ability to work collaboratively with stakeholders? Provide examples.
Response type:
Text area
Collaboration - industrial relations * (required)
How have you demonstrated your ability to manage industrial relations? Provide examples.
Response type:
Text area
Cooperative-based contracting declaration * (required)
The Applicant agrees to the standard terms and conditions that make up the GC21 suite and is willing to enter into a substantially unamended form of the template contracts should the Applicant be engaged to provide their services once included on the procurement list.
Response type:
Checkbox agree/disagree
Project management systems * (required)
Please upload evidence that your key personnel have qualifications relating to project management:
- a university degree in project management, or
- a higher education degree in project management BSB51407 Diploma of Project Management, or
- equivalent qualification Certified Practising Project Practitioner (CPPP) by Australian Institute of Project Management, certified Project Management Professional (PMP) by Project Management Institute, Inc. USA, or
- Prince2 practitioner.
Response type:
File upload
Project management plans * (required)
Upload two project management plans developed and used by the applicant on separate contracts. These plans must address the typical elements of a project management plan. Combine into one file and upload as Word or PDF file.
Response type:
File upload
Environmental management system (EMS) * (required)
Upload a copy certification to ISO 14001 through an organisation listed by JAS-ANZ.
Response type:
File upload
Environmental management plans * (required)
Upload two environmental management plans developed and used by the applicant on separate projects. These plans must comply with the EMS certification/accreditation. Combine into one file and upload as Word or PDF file.
Response type:
File upload
Company experience * (required)
Complete and upload the attached template detailing your experience in the last 3 years.
At least 2 examples for each work category (capability) you are applying for are required with contracts value/engagement fees above $9M.
Refer to the template for detailed instructions.
Response type:
File upload
Client referee reports / CPR's * (required)
Upload relevant client referee reports / CPR's that demonstrate your record in the work categories (capabilities) applied for. These reports must be in relation to contracts completed within the last 3 years.
Each work category must be supported by at least 2 reports that clearly align to that work category with contracts value/engagement fees above $9M.
Please use the attached Referee Report template or provide all of the required information listed on this template.
Response type:
File upload
Capabilities
1 - Work categories
1A Building works
Multi-trade building works for new buildings and additions to existing buildings.
Response type:
None
1B Civil works
For civil engineering works including excavation and bulk earth works, minor roads and related works.
Response type:
None
1C Fitout and refurbishment
Fitout and refurbishment work, as well as the final preparation of internal areas for occupation by the client in new and existing buildings.
Response type:
None
1D Heritage building works
Heritage building works: include restoration and conservation works and or associated stonemasonry, carving and roofing, carpentry, plastering and painting
Response type:
None
1E Modular building works
Modular building works: include portable buildings, prefabricated buildings, modules or sections manufactured off-site and amenable to on-site expedited delivery or modular assembly.
Response type:
None
1F Water infrastructure
Water Infrastructure: include reservoirs, dams and or associated pipelines, pumping stations, balance tanks, surge tanks, storage tanks and discharge structures
Response type:
None
1G Wastewater infrastructure
Wastewater infrastructure: include sewage treatment plants and or associated pipelines and pumping stations
Response type:
None
2 - Contract system / delivery models
2A Construct only
The supplier may be responsible for completing the principal’s design and carrying out design documentation and design coordination to the extent specified and for construction using designs and documentation prepared by the principal.
When applying for this scheme, suppliers must ensure that they have this capability selected. Applications without this capability selected will be rejected.
Response type:
None
2B Design and construct
The Supplier is responsible for a significant part of the design, design development, and documentation, and design coordination, as well as construction of works.
Response type:
None
2C Managing contractor
The Managing Contractor (MC) is engaged to commission and manage design consultants and subcontractors for the delivery of works.
Response type:
None
Terms and conditions
-
2023-11-20 SCM100002 Conditions for Participation.pdf2023-11-20-SCM100002-Conditions-for-Participation.pdf (PDF, 266 kb)
View amendments to this scheme
Log in to apply