Display TMR01523

For more detailed information on a particular section refer to the help specific to that section.

Times presented in this website are for Queensland (without daylight saving).

Detailed Help (Clicking detailed help will open a new browser window)
TMR01523 - Engineering & Technology Specialist Technical Services Panel

Issued by Department of Transport and Main Roads_

Invitation to Offer

Status: Awarded
Mega Category: Transport infrastructure and services
Number: TMR01523
Released: Tue, 4 Jun 2024 at 12:00AM Brisbane, Queensland
Closed: Mon, 15 Jul 2024 at 4:00PM Brisbane, Queensland
Awarded: Wed, 27 Nov 2024 at 12:00AM Brisbane, Queensland
UNSPSC: Engineering and Research and Technology Based Services - (70%)
UNSPSC 2: Environmental Services - (12%)
UNSPSC 3: Electrical Systems and Lighting and Components and Accessories and Supplies - (18%)
Region/s: 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

This Tender has been awarded - please click here to view the Contract details.

Section 1

Tender Overview

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.

More about tendering here

Section 2

Still need help? Contact Us


Other Contacts
users Matthew Kotkowski
Type Contractual
phone PHONE: (07) 30667405
email ETTMR01523@tmr.qld.gov.au
users Olwyn Shay
Type Contractual
phone PHONE: (07) 30668061
email ETTMR01523@tmr.qld.gov.au

Section 3

Here is the detail

If there are no documents listed in this section, please refer to Section 1 Tender Overview.

Documents can not be downloaded once Tender has closed.