A NSW Government website

Log in or sign up

SCM100002 Procurement List for Construction Services valued over $9 million

93

Suppliers on this scheme

19-Apr-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
Start date:

29-Nov-2020 9:00 AM

End date:

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)

 

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

Commonwealth Modern Slavery Act * (required)

Describe how the organisation is compliant with the Commonwealth Modern Slavery Act.

Response type:

Text area

NSW Government's skills and training policy * (required)

Describe the organisation's approach to the NSW Government's skills and training policy (refer to PBD 2023-01: Skills, training and diversity in construction for more details).

Response type:

Text area

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.

Fines template - updated
fines-template---updated.docx

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.

2024-02-06 SCM100002 Key Personnel Form.docx
2024-02-06-SCM100002-Key-Personnel-Form.docx

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.

Financial Details Table - updated
financial-details-table---updated-1.xlsx

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.

2024-02-06 SCM100002 Company Experience Form.docx
2024-02-06-SCM100002-Company-Experience-Form.docx

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.

2024-02-06 SCM100002 Referee Report Form.docx
2024-02-06-SCM100002-Referee-Report-Form.docx

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

View amendments to this scheme

Log in to apply