View Contract Details

TMR01523 - Engineering & Technology Specialist Technical Services Panel  

Department of Transport and Main Roads
Level 12, 61 Mary Street, Brisbane, QLD, Australia, 4000
Department of Transport and Main Roads_
TMR01523
TMR01523 - Engineering & Technology Specialist Technical Services Panel (TMR01523)
Goods and Services
TMR01523 - Engineering & Technology Specialist Technical Services Panel

CLARIFICATION 12 – 02/07/2024

RPEQ Mandatory Requirements Documentation Updates

Updates in Attachment A Mandatory Criteria Matrix v5, Attachment B TMR01523 Categories v5, and Attachment C Response Forms v4

RPEQ Category 6 Hydraulic Design  – The requirement for RPEQ has been changed from mandatory to desirable.

RPEQ Category 10 Structural Materials Advice – The requirement for RPEQ has been changed from mandatory to desirable.

CLARIFICATION 11 – 01/07/2024

TMR01523 WOG ITO Part C -RETURN FORM V6 section 5.2 Acceptance of Comprehensive Contract Conditions changed to Acceptance of General Contract Conditions.

CLARIFICATION 10 – 28/06/2024

TMR01523 Insurance Documentation Requirements: If the required insurance is not yet in place, offers can be submitted with evidence of a current quote and a written declaration of the supplier’s willingness to procure all necessary insurance.

TMR01523 Certificates Documentation Requirements: Please submit all supporting documentation within the required timeframe, if feasible.

If some certificates cannot be submitted by the Tender close date, please provide a list of the certificates that have not been submitted.

This will not make your application non-compliant; however, the certificates will still need to be provided before the final deeds are signed, approximately in late August 2024..

It is recommended that applicants prepare the certificates as soon as possible to ensure they are ready before the finalisation of the deeds, or it will make the application non-complaint to be finalised.

CLARIFICATION 9 – 27/06/2024

1. Reference Document: For detailed case study requirements, please consult Attachment C - Qualifications and Experience Response Form.

Applicants are requested to submit up to two (2) case studies demonstrating their direct involvement in projects.

These examples should clearly illustrate the applicant’s competency in addressing Sections 3 to 7(relevant to the Category form).

Each example should be concise, with a maximum length of one page plus relevant annexures.

2. Relevance and Detailing: Each case study must be tailored to the specific category applied for, addressing both mandatory and desirable requirements. Submissions should include a brief overview of the applicant’s educational background, qualifications, and professional experience, seamlessly integrated with real-life project examples that showcase applicable skills and achievements.

3.TMR01523 Webinar QandA v2 – case study requirements

 

CLARIFICATION 8 – 27/06/2024

- All updated documents uploaded (inlcuding Clarification 6)

- ITO PART C 6.5 Other requirements questions related to  marketing and communication Clause removed (ITO PART C v5)

- ITO PART C 6.5 Other requirements question related to Vendor Management System Clause added (ITO PART C v5)

CLARIFICATION 7 – 27/06/2024

Category Application Guide for Applicants:

1. Distinct Assessment Panels: Each category is evaluated independently by a designated panel, ensuring a specialised review process tailored to the applicant’s submission.

2. Focused Evaluation: Applicants are assessed solely on the content submitted for the specific single category.

Information provided for one category will not be considered for any other category.  Each Response Form must include all the necessary information and case studies related to that category.

3. Category-Specific Criteria: Familiarise yourself with the technical brief and the Qualifications and Experience Response Form, as each category may stipulate unique requirements.

4 Tailored Submissions: Applications have to align with the specific demands of the category in question, providing only relevant information.

5. Individual Responses Required: A separate, distinct response is required for each category per applicant, emphasising the need for dedicated and individualised attention to detail.

 

CLARIFICATION 6 – 26/06/2024

1) EXTENSION TO RFI DATES:

a) Cut-off for acceptance of questions for clarification (RFI’s) – date extended to COB 28/06/24

b) Final Response to RFI’s – provided by Addenda on Q-Tender – extended to COB 02/07/24

2) ITO Part B Section 2 Clause 2 Conditions updated to version 3.2 published February 2024. It can be downloaded from the website listed in that section. (TMR01523 WOG ITO Part B - READ AND RETAIN V4)

3) Category 10 - Structural Materials Advice RPEQ requirement has been removed. It has been amended in the below v4 documents:

- Attachment A Mandatory Criteria Matrix v4

- Attachment B TMR01523 Categories v4

4) Tender clarifications in response to the most recent industry questions below:

* Category 3 Highway Design Engineer - TMR has carefully evaluated the advantages of incorporating seasoned road designers holding BTech or equivalent credentials into this role. Their expertise and the value they add are recognized and appreciated. Nonetheless, given the specialized nature of the engineering services we provide and the intricate interactions with stakeholders involved, TMR adheres to the Professional Engineers (PE) Act in delivering professional engineering services. Consequently, the Standing Offer Agreement and the accompanying technical brief are tailored for an autonomous Highway Design Engineer, one who operates without the need for RPEQ supervision.

 * Category 13 Transport Planning - The TMR01523 panel operates independently from the CFEP prequalification process for TP1, TP2, and TP3. Each applicant will undergo a distinct evaluation, where their qualifications will be assessed solely on the strength and merit of their individual submissions.

* All Categories:

- Attachment C The Excel Technical Response Form in Attachment C must be signed and returned in either PDF or Excel format.

- All relevant certificates and degrees should accompany your submission. However, should you encounter any difficulties or delays in this process, we may request these documents prior to the finalization of the deed signature.

ITO Part C – Please refrain from making any modifications to the form. Should there be any need to include supplementary details, such as additional information to the applicant, minor amendments are permissible. However, it is crucial to ensure that these alterations do not eliminate or alter any of the original requirements, references, and clauses outlined in ITO Part C. Deviating from the established criteria may lead to the non-compliance of your submission.

-  No Case Study Template is required

-  No CV Template is required

 

CLARIFICATION 5 – 25/06/2024

  1. ITO Part C 6.3 Contract conditions, second line refering to “Does the supplier comply with SOA conditions additional provisions requirements outlined in the ITO Part B, Section 2, Clause 5 of the SOA?” has been removed in ITO Part C in v4 (uploaded 25/06/24)

CLARIFICATION 4 – 21/06/2024

The following documents have been amended and uploaded to QTenders

  • TMR01523 WOG ITO Part A v3 – Tender closing time corrected to 4pm Monday 15 July 2024
  • TMR01523 WOG ITO Part B v3 – Insurance requirements at Clause 8 have been updated
  • TMR01523 WOG ITO Part C v2 – Insurance requirements at Clause 2.1 have been updated
  • Attachment A Mandatory Criteria Matrix v3–
    • Category 8 Structural Drafting RPEQ requirement Structural Drafting has been removed
    • Category 9 Structures Design and Peer Review minimum years of work experience has been corrected to 15 years
  • Attachment B Categories v3 – Category 9 Structures Design and Review minimum years of work experience has been corrected to 15 years
  • Attachment C Technical Brief Response Forms – Category 9 Structures Design and Review v2
    • Years of Experience columns have been updated.  If you have already submitted this category using the previous form, please resubmit using the updated form v2

In addition, the Industry Briefing PowerPoint and Q&A’s have been uploaded to QTenders

 

CLARIFICATION 3 - 14/6/2024

  1. Category 13 Transport Planning:

- Attachment C Response Formv3 Category 13 Mandatory Qualification TP1, TP2 and TP 3 note and CFEP Reference added.

-  Attachment A Mandatory Criteria Matrix Categoryv2 13 Mandatory Qualification information added

- Attachment B TMR01523 Categories v2 Category 13 Mandatory Qualification information added

2. General amendments/clarifications

- TMR01523 WOG ITO Part A – Clause 1.4.5 Desirable Criteria – Environmental Management - the evidence can be provided in form of case study/work experience. Please note this is optional and if applicable to your experience and case study

- TMR01523 WOG ITO Part C – RETURN FORM – Section 3 General Information – item 3.6 Not Used (not listed on the form) 

CLARIFICATION 2 - 7/6/2024

Updated ITO Part A V2 and ITO Part B V2 have been uploaded. 

These:

  • Remove requirements for personnel to hold General Construction Induction Card (white card), and references to geotechnical drilling services requirements, and provide consistency of terms throughout.
  • Clarify Key Personnel requirements (Section 1.13.8 of Part A and Section 3.8 of Part B)

Please delete the original documents and only refer to the updated documents

  • TMR01523 WOG ITO Part A - READ AND RETAIN V2
  • TMR01523 WOG ITO Part B - READ AND RETAIN V2

 

CLARIFICATION 1 - 5/6/2024

Tender Overview

Engineering and Technology Branch (E&T) of Department of Transport and Main Roads (TMR) is seeking highly experienced, suitably qualified, “expert” level specialist individuals to provide services in 15 categories of technical expertise.

The 15 categories are;

  1. Geotechnical Engineer
  2. Engineering Geologist
  3. Highway Design Engineer
  4. Landscape Architect
  5. Soil Assessor
  6. Hydraulic Design
  7. BIM for Transport Infrastructure
  8. Structural Drafting
  9. Structures Design & Peer Review
  10. Structural Materials Advice
  11. Structures Asset Management
  12. Tunnel Engineer
  13. Transport Planning
  14. Air Quality Specialist
  15. Noise & Vibration Specialist

The Mandatory academic qualifications and minimum years of experience required to be considered for the Panel are summarised in Attachment A – Mandatory Criteria Matrix and Attachment B TMR01523 Categories.

The contract for any specific engagements procured via this Panel Arrangement will be between the TMR Customer and the Offeror, with the Scope of Work being delivered, within TMR offices, by an individual chosen from the Panel List by the TMR Customer.

Offer Closing

Official Offer Closing is via electronic tender (Q-Tender) on 4pm Monday 15 July 2024. Refer Invitation for formats for naming and uploading Submission documents and TMR01523 SOA Quick Guide. 

TMR01523 and other panels

TMR01523 Panel will run concurrently with other panels, and be used for different types of services. The main differences of TMR01523 are:

• TMR selects the Specialist individual (Panel Member) it wishes to engage. The employer organisation cannot offer a substitute to perform the services if the Panel Member is unavailable

• Pricing is pre-determined from the hourly rates provided with this Offer

• Services are provided within TMR offices, rather than at the employer organisation’s offices

• No prequalification, of the employer organisation or the Panel Member, is required

Pre Tender Close Meeting

Pre Tender Close Meeting is scheduled for Tuesday 11:00 AM 18 June 2024, and will be held online (Microsoft Teams Platform)

Attendees are required to register before 4pm, 17 June 2024 using the following link TMR01523 Webinar . Details are provided in the Invitation. Attendance at the Pre Tender Close Meeting is NOT mandatory, and questions and answers arising from the Webinar will be made accessible via Q-Tender.

Requests for Information

Please ensure that all requests for information and questions are submitted via QTenders no later than 25 June 2024. Queries will be formally reviewed and a response provided within 48 business hours.

Clarification 1 - Attachment C Reponse Forms.v2 has been updated, templates for case studies (in Response Form) are no longer required.

15 Jul, 2024
Engineering and Research and Technology Based Services - (70%)
Environmental Services - (12%)
Electrical Systems and Lighting and Components and Accessories and Supplies - (18%)
open offer process
No
$1 (Estimate)
Cairns & Far North Queensland
Mount Isa & North West Region
The Central West
South West & Darling Downs
Townsville
Mackay Whitsunday Region
Rockhampton
Gladstone
Wide Bay Burnett
South East Queensland
27 Nov, 2024
1 Oct, 2024
30 Sep, 2026
30 Sep, 2030
127
Olwyn Shay
OFFICE: (07) 3066 8061
Olwyn.h.shay@tmr.qld.gov.au

Contractors

Hydrobiology
27/43 Lang Parade, Auchenflower, QLD, Australia, 4066
Price: $ 0.00
 
Mr STEVEN COOK
Unit 1 21 CLEARVIEW CT , BUDERIM, QLD, Australia, 4556
Price: $ 0.00
 
van der Meer Consulting
Level 3,, 51 Alfred Street, Fortitude Valley, QLD, Australia, 4006
Price: $ 0.00
 
Kellogg Brown & Root Pty Ltd
GPO Box 633, Brisbane, QLD, Australia, 4001
Price: $ 0.00
 
Solv Consulting
1 Bullando Street, Warana, QLD, Australia, 4575
Price: $ 0.00
 
AECOM
Level 8, 540 Wickham Street, Fortitude Valley, QLD 4006, Brisbane, QLD, Australia, 4006
Price: $ 0.00
 
Virid IFC
1/900 Boundary Road, Richlands, QLD, Australia, 4077
Price: $ 0.00
 
Trimoda Digital
Level 35, International Tower One, 100 Barangaroo Avenue, Sydney, NSW, Australia, 2000
Price: $ 0.00
 
Civil Structures Studio Pty Ltd
Level 9, 307 Queen Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
Soil Insights Pty Ltd
Building 2C, 57-75 Brook St, North Toowoomba, QLD, Australia, 4350
Price: $ 0.00
 
EIC Activities
Level 6, 520 Wickham Street, Fortitude Valley QLD 4006, Brisbane, QLD, Australia, 4006
Price: $ 0.00
 
FRANK TURQUOISE GROUP
L7 420 King William, Adelaide, SA , Australia, 5000
Price: $ 0.00
 
Tonkin Taylor Pty Ltd
Level 3, 99 Coventry Street, Southbank, VIC, Australia, 3006
Price: $ 0.00
 
Osborn Consulting Engineers P/L
148A Palmerin Street, Warwick, QLD, Australia, 4370
Price: $ 0.00
 
Geoinventions Consulting Services Pty Ltd
8/8-12 Nevilles Street, Underwood, QLD, Australia, 4119
Price: $ 0.00
 
Bob the Building Engineers
27 Gumleaf Drive, Molendinar, QLD, Australia, 4214
Price: $ 0.00
 
Larisch Consulting Ltd
63 Winara Ave, Waikanae, , New Zealand, 5036
Price: $ 0.00
 
ENGEO (Australia) PTY LTD
610 Wickham Street, Fortitude Valley, Brisbane, QLD, Australia, 4006
Price: $ 0.00
 
Water Engineering Plus
Level 1, 21 Quay Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
BeneTerra Pty Ltd
Level 11, 307 Queen Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
Wholistic Environment
9 Pimaga Place, Runaway Bay, QLD, Australia, 4216
Price: $ 0.00
 
Civil Geotechnical Consultants Pty Ltd
Office 18 / 200 Moggill Rd, Taringa, QLD, Australia, 4068
Price: $ 0.00
 
Renzo Tonin Ron Rumble
14/205 Montague Road, West End, QLD, Australia, 4101
Price: $ 0.00
 
Water Technology
15 Business Park Dirve, Notting Hill, VIC, Australia, 3168
Price: $ 0.00
 
HDR
Level 23, 12 Creek Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
HARC
Suite 3Level 1, 31 Station Rd, Indooroopilly, QLD, Australia, 4068
Price: $ 0.00
 
Harrison Infrastructure Group
230 James Street, Toowoomba, QLD, Australia, 4350
Price: $ 0.00
 
Turnbull Engineering
Level 6, 25 King Street, Bowen Hills, QLD, Australia, 4006
Price: $ 0.00
 
Environmental Soil Solutions Australia Pty Ltd
5 Dunphy St Sunnybank Hills Qld, Brisbane, QLD, Australia, 4109
Price: $ 0.00
 
Landloch Pty Ltd
PO Box 57, Harlaxton, QLD, Australia, 4350
Price: $ 0.00
 
Jacobs
32 Cordelia Street, South Brisbane, QLD, Australia, 4101
Price: $ 0.00
 
Taylors Development Strategists
8/270 Ferntree GullyRoad, Notting Hill, VIC, Australia, 3168
Price: $ 0.00
 
Veluca Consultants
30 Longlands Street, East Brisbane, Qld, Australia, 4169
Price: $ 0.00
 
Infrastructure Design & Innovation Pty Ltd
16 Musgrave Street , Fig Tree Pocket, Brisbane, QLD, Australia, 4069
Price: $ 0.00
 
ADG Engineers Aust Pty Ltd
PO Box 208, Southport, QLD, Australia, 4215
Price: $ 0.00
 
Hunt Eastwitch Pty Ltd
PO Box 6252, St Lucia, QLD, Australia, 4067
Price: $ 0.00
 
Rockfield Technologies Australia Pty Ltd
155 Hugh Street, Currajong, QLD, Australia, 4812
Price: $ 0.00
 
Transport Priorities
38 Tarset Street, Runcorn, QLD, Australia, 4113
Price: $ 0.00
 
Duratec Limited
Unit 3, 58 Frederick Street, Northgate, QLD, Australia, 4013
Price: $ 0.00
 
Bitzios Consulting
PO Box 5102, Q Super Centre, Mermaid Waters, QLD, Australia, 4218
Price: $ 0.00
 
Nick Stevens Consulting Pty Ltd
1/54 Kersley Rd, Kenmore, QLD, Australia, 4069
Price: $ 0.00
 
Venant Solutions
Office 704, 222 Hoddle Street, Abbotsford, VIC, Australia, 3067
Price: $ 0.00
 
Macquarie Geotechnical
3 watt drive bathurst, PO Box 71 Bathurst NSW 2795, Bathurst, NSW, Australia, 2795
Price: $ 0.00
 
WSP Australia Pty Ltd
Level 12, 900 Ann Street, Fortitude Valley , QLD, Australia, 4006
Price: $ 0.00
 
Byrne Consultants
Suites 124, Building 1, Level 2, 34 Glenferrie Drive, Robina, QLD, Australia, 4226
Price: $ 0.00
 
Arcadis Australia Pacific Pty Limited
Level 16, 580 George Street, Sydney, NSW, Australia, 2000
Price: $ 0.00
 
TRANSCEND MOBILITY
83 Oleander Drive, Ashgrove, QLD, Australia, 4060
Price: $ 0.00
 
CMW Geosciences (East Coast)
Level 1, 888 Brunswick Street, New Farm, QLD, Australia, 4005
Price: $ 0.00
 
JAW Consult
87 Ormeau Ridge Road, Ormeay Hills, QLD, Australia
Price: $ 0.00
 
NV Engineers
54 Melbourne Avenue, Camp Hill, Brisbane, QLD, Australia, 4152
Price: $ 0.00
 
BIM one Solutions Pty Ltd
58 Newmarket Street, Hendra, QLD, Australia, 4011
Price: $ 0.00
 
Royal HaskoningDHV
L14, 56 Berry St, North Sydney, NSW, Australia, 2060
Price: $ 0.00
 
MRG Environmental
Ground Level 88 Brandl St, Eight Mile Plains, QLD, Australia, 4113
Price: $ 0.00
 
Agonis Group Pty Ltd
Level 1, 175 Collins St, Melbourne, VIC, Australia, 3000
Price: $ 0.00
 
PTG Consulting
Level 3, 159 Coronation Drive, Milton, QLD, Australia, 4064
Price: $ 0.00
 
Marvel Engineers
67 St Pauls Terrace, Spring Hill, QLD, Australia, 4000
Price: $ 0.00
 
Hartecs Group
Suite 8, Level 1, Tobruk House, 8 Archer Street, Rockhampton, QLD, Australia, 4700
Price: $ 0.00
 
Mott MacDonald Australia Pty Ltd
Level 14, 175 Eagle Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
MLEI Bridge Engineering
Suite 21, 235 Darby Street, Cooks Hill, NSW, Australia, 2300
Price: $ 0.00
 
Aurecon Australasia Pty Ltd
Level 8, 850 Collins Street, Docklands,, Victoria, QLD, Australia, 3008
Price: $ 0.00
 
Red Fox Advisory
Level 15/324 Queen Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
Arup
4,108 Wickham Street, Fortitude Valley, QLD, Australia, 4006
Price: $ 0.00
 
Point8
433 Logan Road, Stones Corner, QLD, Australia, 4120
Price: $ 0.00
 
PSA Consulting
270, Adelaide Street, Brisbane CBD, QLD, Australia, 4000
Price: $ 0.00
 
WRM Water & Environment
Level 9, 135 Wickham Tce, Spring Hill, QLD, Australia, 4000
Price: $ 0.00
 
BG&E Pty Limited
Level 5, 180 Ann Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
Earlsdon Engineering Services
76 Larsens Road , Blacksoil, QLD, Australia, 4306
Price: $ 0.00
 
Pini Australia Pty Ltd
Suite 2, Level 2, 550 Lonsdale Street, Melbourne, VIC, Australia, 3000
Price: $ 0.00
 
Pells Sullivan Meynink
35 Jeays Street, Bowen Hills, QLD, Australia, 4006
Price: $ 0.00
 
FSG Geotechnics & Foundations
North Tower, Level 2, 527 Gregory terrace , Fortitude Valley, QLD, Australia, 4006
Price: $ 0.00
 
Comino Engineering
PO Box 3313, South Brisbane BC, Brisbane, QLD, Australia, 4101
Price: $ 0.00
 
BGC Engineering
Level 38, 71 Eagle Street, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
Stuart Rothwell & Associates Pty Ltd
12 Bougainvillea Avenue, Indooroopilly, Brisbane, QLD, Australia, 4068
Price: $ 0.00
 
Tectonic Geotechnical and Environmental Engineers
924 David Low Way, Marcoola, QLD, Australia, 4564
Price: $ 0.00
 
Taylor Project Solutions Pty Ltd
Po Box 1184, Nerang, QLD, Australia, 4211
Price: $ 0.00
 
FMA Engineering Services
1 Boom Court, Birkdale, Brisbane, QLD, Australia, 4159
Price: $ 0.00
 
GHD Pty Ltd
145 Ann Street, Brisbane, QLD, Australia, 4001
Price: $ 0.00
 
SMEC Australia Pty Ltd
154 Melbourne Street, South Brisbane, QLD, Australia, 4101
Price: $ 0.00
 
SYSTRA ANZ
LEVEL 2, 145 ANN STREET, BRISBANE, QLD, Australia, 4000
Price: $ 0.00
 
EDG Consulting
Level 2 , 171 Roberston St, Fortitude Valley, QLD, Australia, 4006
Price: $ 0.00
 
SLR Consulting Australia Pty Ltd
Level 16, 175 Eagle Street, Brisbane QLD 4000, Brisbane, QLD, Australia, 4000
Price: $ 0.00
 
RMFA Engineering Services
8 Portreeves Place, Arundel, QLD, Australia, 4214
Price: $ 0.00
 
Weightman Advisory Pty Ltd
PO Box 2551, Burleigh, QLD , 4220, Australia
Price: $ 0.00
Optimsied Materials Pty Ltd
Unit 6, 6 Whitelaw Place, Richlands, QLD , 4077, Australia
Price: $ 0.00