View Contract Details

Invitation to Submit a Tender - N34 (750kVA) Generator Switchboard, Nathan campus  

Griffith University
The Tender Box - Griffith University - Finance, Sewell Bldg (N12), Lvl 0, Room 0.19, West Creek Rd, Nathan, QLD, Australia, 4111
2732102389BCONSCAP
Invitation to Submit a Tender - N34 (750kVA) Generator Switchboard, Nathan campus (2732102389BCONSCAP)
Works
Invitation to Submit a Tender - N34 (750kVA) Generator Switchboard, Nathan campus

INVITATION TO SUBMIT A TENDER

You are invited to submit a Tender for the execution and completion of the works described below in accordance with the Drawings and Specification (if any) supplied herewith, the Griffith University Conditions of Tender & Conditions of Contract for ‘Minor Works’ herein, and any other information issued by the Principal for the purposes of tendering.

Location of Works:

Griffith University – Nathan Campus

N34 - 750kVA generator (cnr West Creek Rd & Science Rd)

Description of Works:

  1. Disconnect, remove and dispose of existing generator switchboard from site.
  2. Remove existing cabling from terminals and label all cabling for easy identification and reconnection later by others.
  3. Protect existing generator components/cabling etc against weather/moisture (upon removal of existing switchboard and prior to installation of new switchboard).
  4. Supply and install a new generator switchboard comprising the following:
  • 1250A, 4 pole circuit breaker.
  • IP54 rating.
  • 50kA fault rating.
  • Form 4a separation.
  • 2mm 316 stainless steel, sealed against ingress of moisture.
  • Contactors/relays for controls and monitoring.
  • Labelling and signage.
  • Minimum 150mm clearance off the ground.

Refer to GU Design Guidelines

  1. Provide all required delivery, transport, hoisting/lifting and handling of equipment.
  2. IF required - liaise with Genelite (generator supplier) to facilitate the works and necessary test/commissioning.

Contractor Deliverables

The Contractor shall provide the following:

  1. WHSafety:

Before commencement of works - complete and provide:

  •  All appropriate safety controls e.g. temporary barriers, signage, PPE, etc.

-  WHS site specific Safe Work Method Statement (SWMS).

-  Site Layout Sketch of work area including proposed barricading, signage, etc.

  1. Shop Drawings and Technical Data.
  2. Quality methodology and Inspection Test Plans (ITPs).
  3. Factory Acceptance Test (FAT) – for switchboard manufacture.
  4. Warranty for the materials, equipment and installation.
  5. Testing and Commissioning.
  6. Test Results.
  7. Certificate of Testing (Worksafe QLD) – Testing and Safety of electrical equipment.
  8. As-Constructed Drawings and Operation & Maintenance Manuals.
  9. Technical Data / Brochures, etc.

Notes

  1. Site works shall be performed generally during the week Monday – Friday inclusive between 6:00 AM – 6:00 PM.
  2. Out of hours works to be negotiated with GU.

(c)  Pricing to include all preliminaries, overheads (off and onsite), materials/equipment, labour, warranties/guarantees and miscellaneous costs.

(d)  Perform the role and obligations of a Principal Contractor/PCBU in accordance with Worksafe QLD and legislation.

(e)  Undertake the works as the Principal Contractor and engage/manage all trades, Suppliers, Consultants, Subcontractors and specialist Contractors to complete the works.

(f)   The Contractor shall hold an appropriate QBCC and/or Electrical Contractor’s License to perform the works.

(g)  Works which may be noisy, dusty or generate vibrations may need be conducted out of hours.

(h) The Contractor shall provide suitable temporary barricades/screening to protect areas/buildings/structures from damage and water/dirt/dust; and maintain safe pedestrian/personnel movements.

(i)  The Contractor shall liaise with GU Security for site attendance, access cards and keys (as required).

  (j)  The Contractor shall liaise with GU Maintenance regarding any isolations e.g. fire and smoke alarms, etc (if required).

  (k) It is the Contractor’s responsibility and shall check all site conditions and documented measurements.

 

Special Requirements

(a)  Notify GU of any anomalies/oddities discovered which may affect the works (e.g. damage, uncontrollable leak, structural issue, elect cable found in concrete, piping or conduit).

(b)  The Contractor shall notify GU if there will be any issues and provide suggested control methods regarding the following:

-  Pedestrians/public works which may affect their safety and egress/access;

-  Traffic - works which may affect person or vehicle safety and/or movements;

-  Isolation of services.

-  Noisy works (may affect teaching classes);

-  Vibrations to structures and/or ground (may affect sensitive laboratory equipment);

-  Dust Mitigation;

Where possible – all concrete drilling/cutting/coring shall be performed with water to prevent dust.

Where wet holing is not possible/practicable, suitable and adequate methods such as (but not limited to) containment of dust, vacuum collection and PPE respiratory protection shall be used.

(d)  Weatherproofing - Proposed method to protect equipment/building internals from weather (if required).

(e)  Compliance with QLD Government health requirements regarding COVID-19.

(f)  Compliance with Griffith University – COVID Safe Guidelines.

All Contractors/Consultants will need to be DOUBLE vaccinated by Fri 18/02/2022 to visit/work at GU campuses etc (unless medically exempt).

Personnel will need to adhere to campus access requirements for all workers, social distancing, hygiene   awareness, and any other relevant matters.

Security will conduct random checks of:

-  Personnel digital certificates (on mob phone).

-  Wearing of face masks wear personnel cannot maintain safe distances (min 1.5m).

       (g)  Inductions

-  Construction Safety White/Blue Card.

-  Griffith University – Contractor Online WHS Induction.

-  Duration approx. 15 mins.

-  Valid for 12 months only.

-  https://contractor-portal.griffith.edu.au/  

-  Please ensure personnel printout the last page showing proof of completion/pass.

-  Include a copy of each personnel’s completion in your site-specific safety docs.

Principal (GU) Supplied Items

-  Parking for one (1) utility vehicles at generator compound.

-  Use of university’s toilets.

-  Use of site water.

-  Use of electrical power (10 Amp single phase).

Site Visit

Date: Thursday 17 March 2022

Time: 3:00 PM

Site visit/walkthrough will be held on the above date for 1 hour.

The meeting point will be adjacent N20 Store building - Nathan campus.

Tenderers shall note the following:

  • Tenders shall close at:

QTenders

  • Closing date and time for the receipt of the tender is:

Date:  Tuesday 29 March 2022

Time:  1:00 PM

  • The Contract is a Lump Sum Fixed Price not subject to adjustment for rise and fall in costs.
  • Tenders shall remain valid for 30 calendar days.
  • The tenders will not be opened publicly.
  • Tenders will be evaluated in accordance with the following Criteria and weightings, and tenderers are required to address these criteria in their tender submission:
  • Construction Program (20%) – Tenderers to provide an estimate of time durations for the works including off-site fabrication works and on-site installation/works (e.g. fabrication lead-times, disconnection/removal of existing switchboard, install of new switchboard, testing and commissioning). GU wish the works complete as soon as possible and practical.
  • Contractor’s Key Resources (5%) – Provide names and qualifications of proposed site management and support staff together with details of any previous experience in working on a university campus. GU reserves the right to reject any nominated person and request an alternative nomination.
  • Construction Methodology (5%) – Tenderers shall provide a brief outline of proposed works off-site and on-site works.
  • Price (70%) – Tenderers shall provide a Lump Sum price and breakdown of Rates (Returnable Form of Tender – Appendix 1).

Any queries relating to the tender documents including drawings and specifications (if any) shall be submitted by the QTenders link associated with this project.

Requests for site access for an inspection should be directed to the PD&C Project Manager Paul Brinkworth on Mobile 0419 123 750 or Email p.brinkworth@griffith.edu.au

Paul Brinkworth
Project Manager

1 Apr, 2022
Building and Construction and Maintenance Services - (50%)
Electrical engineering services - (50%)
limited offer process
No
$39,500 (Estimate)
South East Queensland
3 Jun, 2022
3
Dana Lim
OFFICE: (07) 3735 8473
dana.lim@griffith.edu.au

Contractors

Arnold Electrical Data Instrumentation
9 Jaybel Street, Salisbury, QLD, Australia, 4107
Price: $ 39500.00